Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

87 -- Universal (briefcase/pistol grip style) Captive Bolt Kits including Powerload charges

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0116
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Universal (briefcase/pistol grip style) Captive Bolt Kits including Powerload charges. AG-6395-S-11-0116 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price indefinite delivery indefinite quantity commercial supply contract for universal (briefcase/pistol grip style) Captive Bolt Kits including Powerload charges. (iv) This combined synopsis/solicitation Request for Quote is being issued as a full and open competition. The NAICS code is 339999. The standard size is 500 people. (v) The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), National Veterinary Stockpile (NVS) intends contract to purchase a universal (briefcase/pistol grip style) captive bolt kits including Powerload charges for use in euthanizing all species from poultry to bulls during animal disease outbreaks such as Foot and Mouth disease (FMD), Classical Swine Fever, HPAI and African Swine Fever. The Contractor shall deliver the units to storage sites located in Kansas City, MO. The specific address will be provided prior to delivery. (vi) REQUIREMENT AND QUANTITIES: Contractor to provide universal captive bolt kit for use in euthanizing all species from poultry to bulls. This requirement if for a base period of one year and 4 option year, each year consists of two line items, 001 of Universal captive bolts kits and 002 powerloads, and each order will have an additional funded line item for shipping costs depending on location. (vii) Shipping will be FOB destination, and shipping costs will be paid for on each order. (viii) The selected contractor must be able to the deliver the first, initial order for captive bolts and powerloads within 60 days, and then deliver/drop ship additional/urgent/surge orders for line item 002 powerloads, 1,000 per container within 3 days of order anywhere in the United States, destination address provide on each order. (ix) The effective period of the contract shall be date of award through twelve months, with options to extend the contract for four (4) additional years. The contract, including all options years will not exceed five years or 60 months. (x) SPECIFICATIONS: The following summarizes the procurement requirement: • Initial purchase of 130 captive bolt kits meeting the following specifications: - "Briefcase" style packaged kits containing all the tools necessary to euthanize all animal species from poultry to bulls including: -.25 heavy duty barrel assembly and action with pistol grip - long bolt muzzle assembly - medium bolt muzzle assembly - short bolt muzzle assembly - knocker head muzzle assembly - color-coded corresponding powerloads (charges) for bolt muzzle assembly/ animal species. - Kits must contain all maintenance tools. - Kits must be portable, durable and well engineered for ease of use and quality. - Each kit should include a quick reference guide for users. - Kits should be complete and ready for emergency use. In addition, the government requests purchasing two type of powerloads (charges) for use on swine, cattle and bulls. The two larger charge sizes are needed with 1,000 charges per container for each kit (130) or 260 total charge containers. Other Kit Requirements - The Contractor shall instruct government personnel to diagnose, fix, restore systems on-site. Repair Parts and Special Tools (RPSTL): The Contractor shall identify and provide any special Support equipment / Special Test Equipment (SE / STE). The Contractor shall provide contingency operations repair parts list designed to support field level (on-site) maintenance during a deployment. The contractor shall provide updates to the list with engineering changes and safety issues as applicable. The list shall include any applicable repair parts for the contractor deems necessary for the list. Maintenance: The Contractor shall provide maintenance demonstration, instruction, video and written manuals. Warranty: Units shall be warranted for one year and replaced at no cost to the Government. Documentation: The Contractor shall provide the COTR 10 hard copies plus one electronic (pdf) version of the assembly/disassembly, operation, maintenance, storage, and cleaning manuals prior to delivery of any system. Each kit ordered (130) will also include an operations/maintenance manual as part of the kit, plus the addition of 10 extra, spare operations/maintenance manuals. The Contractor shall assist the government in processing discrepancy reports, maintenance requests, warranty forms, quality deficiency reports, and equipment improvement recommendations. The Contractor shall provide the COTR 4 copies of any CD/DVD/video, training materials prior to the training. The electronic material should also be reproducible for posting on the NVS' internal website. Training: Contractor shall provide on-site training for assembly, operation, maintenance and storage of the units. During the training the contractor shall provide copies of the training support products, CD/DVD/video, training aids, common and special tools and technical literature to each student in training. The contractor shall provide one copy of the training materials in MPEG format suitable for posting on a secure NVS website. The contractor shall collaborate with the NVS on the need to develop any additional training products. The contractor shall ensure instructor(s) are: • Able to read, write, speak, and comprehend the English language including technical language and terms associated with systems operation. • Proficient in both the technical and non-technical aspects of the systems and in methods-of-instruction techniques. • Proficient with all aspects of the systems operation and maintenance. • Present during the training session to ensure adequate supervision of student performance during classroom instruction, discussions, demonstrations and practical exercises. • Will provide the NVS a training roster of those in attendance. The Contractor shall provide a training leave behind package that is feasible to continue a Train-the-Trainer program. The contractor shall provide technical assistance and support for field level maintenance. Delivery: The Contractor shall deliver the initial order within 60 calendar days of this contract. Specific locations will be provided prior to contract finalization. The Contractor shall assist with property book transactions required to establish the initial accountability for each system delivered. SURGE SUPPLY OF CHARGES - Additional emergency orders The Contractor shall provide a surge supply of approximately 1,000 containers (1,000 charges per container) of each type of charge (powerloads) for use on swine, cattle and bulls within 3 of days of notification. The location of the delivery will be in the US or US territories and will be indentified at the time of the incident. After this initial order the Contractor can be expected to supply a minimum of 1,000 charges containers (1,000 charges per container) per week as requested for the duration of the emergency. ADDITIONAL BOLT KITS During an outbreak this contract may be used to purchase additional bolt kits. Please provide volume pricing for each year of the IDIQ portion of this contract. The current requirement is for two type of powerloads (charges) for use on swine, cattle and bulls, however if necessary the smaller powerloads may be ordered for smaller animals. The two larger charge sizes are currently needed with 1,000 charges per container. (xi) The provisions and clauses incorporated into this solicitation document are incorporated by reference and are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) provisions and clauses can be accessed on the Internet at http://www.acquisition.gov/far/index.html; (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. Technical capability is more important than price. The Government will select the offer that is most advantageous to the Government and the following will be considered when evaluating the offers for: Technical Design, function, features and accessories of a pistol grip operated captive bolt kit, with warrantee, documentation, training and meeting all timely delivery requirements; Price for Pistol grip captive bolt kits and powerloads, including warrantee, documentation, training and meeting all timely delivery requirements; and Past Performance references including recent contract for federal, state or local customers. Technical being the highest over all factor. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6-Restrictionson Subcontractor Sales to the Government, Alt I; 52.219-8 Utilization of Small Business Concerns; 52.219-28-Small Business Program Representation; 52.222-3-Convict Labor; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35-Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-37-Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-5 Trade Agreements; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-34-Payment by Electronic Funds Transfer - Other Than Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; (xvii) The clause 52.216-18 Ordering applies to this acquisition. (a) Such orders may be issued from date of award through the end of the last option period exercised. (xiii) The clause 52.216-19 Order Limitations applies to this acquisition. (a) Minimum order $1,000.00 (b) (1) Any order for a single item in excess of $100,000.00 (2) Any order for a combination of items in excess of $200,000.00 (3) A series of orders from the same ordering office within 10 business days (d) unless that order is returned to the ordering office within 5 business days. (xix) The clause 52.216-22 Indefinite Quantity applies to this acquisition. (d) provided that the contractor shall not be required to make any deliveries under this contract after date of last option period exercised. (xx) The clause Option to Extend the Term of the Contract applies to this acquisition. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to 60 days prior to contract expiration. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (xxi) Minimum and Maximum Contract Amounts for this contract. During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum of $10,000.00 for the base contract period. 452.216-74 Ceiling Price. The ceiling price of this contract is $2,500,000.00. The Contractor shall not make expenditures or incur obligations in the performance of this contract which exceed the ceiling price specified herein, except at the Contractor's own risk. (xxii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 1:00PM CST, September 8, 2011. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. (xxiii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item which includes all costs for providing the required equipment and components. All overhead and ancillary costs associated with the equipment and components will be assumed by the Contractor, and should be factored into the quote. This quote shall include all shipping costs to the FOB destination. 2) Signature of the offeror on the page which lists the price. 3) Literature of your products and a detailed narrative addressing how your company's products meet the technical specification requirements in (x), and the technical evaluation criteria described in 52-212-2 (xiv) above. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. (xxiv) Quotes should be of sufficient detail to determine their adequacy. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. (xxv) Government Contacts: Contracting Officer: Mr. Leigh Eberhart USDA/APHIS/MRP 100 N. 6th St. Butler Square, 5th Floor Minneapolis, MN 55403(612) 336-3206 Leigh.D.Eberhart@aphis.usda.gov Contracting Officers Technical Representative (COTR): Rodney White NVS Director 4700 River Road, Unit 41 Riverdale, MD 20737 (301) 734-0881 Rodney.White@aphis.usda.gov Alternate Contracting Officers Technical Representative (COTR): Lisa Brown 4700 River Road, Unit 41 Riverdale, MD 20737 (301) 734-5875 Lisa.a.Brown@aphis.usda.gov Point of Contact for Invoicing: USDA APHIS VS EM&D 4700 River Road, Unit 41, 5B-03.12 Attn: LaVonne Marshall Riverdale, MD 20737 (301) 734-4924 Lavonne.Marshall@aphis.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-11-0116/listing.html)
 
Record
SN02553345-W 20110831/110829235205-e9be67ae0c1b8a01d6c280cf7f6f834a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.