Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOLICITATION NOTICE

68 -- Fetal Bovine Serum

Notice Date
12/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Veterinary Services, 1800 Dayton Avenue, AMES, Iowa, 50010
 
ZIP Code
50010
 
Solicitation Number
VLAB65021
 
Archive Date
12/24/2011
 
Point of Contact
Denise L. Macdonald, Phone: 515-337-7099
 
E-Mail Address
Denise.L.Macdonald@aphis.usda.gov
(Denise.L.Macdonald@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price definite quantity, definite delivery supply contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 325414. The small business size standard is 500 employees, or less. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), National Centers for Animal Health (NCAH) (iv) The reference number for this effort is VLAB64021 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document 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) can be accessed on the Internet at http://www.arnet.gov/far/ (vi) REQUIREMENT AND QUANTITIES: This requirement consists of one item; one hundred seventy (170) liters of Fetal Bovine Serum packaged in 100ml bottles and labeled sequentially during the final fill. The final lot of FBS is to be derived from individual serum lots comprised of 2-4 fetuses. Each serum lots that comprise the final lot must be tested prior to irradiation and prior to pooling of lots. Each serum lot must be free of BVDV RNA, infectious BVDV, and extraneous BVDV antibody. The final lot will be a pool of the pre-tested individual lots and will be filtered with a dual layer filter 1.0µm/0.2µm followed by three 0.1µm filters in series prior to bottling. Following bottling and prior to acquisition, 1% of the FBS will be tested to verify the absence of infectious virus, viral RNA and antibody as described in technical specifications. During the contract period, the Government will place a single order totaling a minimum of 150 liters of Fetal Bovine Serum, but not in excess of 200 liters. The contractor shall provide a single delivery of a lot number beginning December 31, 2011 or date of award. The Contractor shall supply a quantity of Fetal Bovine Serum for use in cell culture production. This requires serum of consistent growth promoting potential, and parameters for Fetal Bovine Serum quality and purity must be acceptable to the Center for Veterinary Biologics (CVB), Animal Plant Health Inspection Service (APHIS). The specifications will be that the contractor will have specific expertise in the collection, handling, and shipment of samples and final product. (vii) Deliverables and acceptance of deliverables will be FOB destination, at USDA, NCAH, PO Box 844, 1920 Dayton Avenue, Ames, IA 50010. (viii) PERIOD OF PERFORMANCE: The contractor shall provide a single delivery of a lot number no later than 30 days ARO. The contractor shall provide management of all tasks assigned to them. (ix) TECHNICAL SPECIFICATIONS: Each quote at a minimum must meet the technical specifications as follows in order to be technically acceptable: 1) The Fetal Bovine Serum required shall be of United States Origin; 2) The individual serum lots will not be gamma irradiated and tested for infectious Bovine viral diarrhea virus by virus isolation, Bovine viral diarrhea virus RNA by RT-PCR and Bovine viral diarrhea virus antibodies by serum neutralization and indirect florescent antibody microscopy. 3) The final lot will not be irradiated and any confirmed positive results for the following will reject the FBS lot and payment will not be made: A) Extraneous infectious virus: Bovine viral diarrhea virus, Blue tongue, Bovine adenovirus, Infectious bovine rhinotracheitis, Parainfluenza virus, Bovine respiratory syncytial virus, Reovirus, Rabies virus. B) Non-infectious RNA: Bovine Viral Diarrhea Virus. C) Extraneous antibody: Reovirus, Rabies virus, Bovine Viral Diarrhea Virus, Blue tongue, Bovine adenovirus, Infectious bovine rhinotracheitis, Parainfluenza virus, Bovine respiratory syncytial virus, Bovine rotavirus, Hemagglutinating encephalomyelitis virus, Porcine parvovirus, Pseudorabies, Swine adenovirus, Transmissible gastroenteritis virus, Canine adenovirus 1 and 2, Canine coronavirus, Canine distemper virus, Canine herpesvirus, Canine parainfluenza virus, Canine parvovirus, Feline calicivirus, Feline infectious peritonitis virus, Feline panleukopenia virus, Feline viral rhinotracheitis. (x) DELIVERY OF SERUM SAMPLES representative samples of each individual serum lot shall be delivered by the contractor, at contractor expense, to the Government in the following quantities: (Note: A sample is a 100 ml portion of each individual serum lot. An individual serum lot is approximately 5 to 6 liters of Fetal Bovine Serum from two to three fetus pool.) One percent of final lot in 100 ml bottles will be shipped to the Government for final product testing. (xi) CONTRACTOR STORAGE OF SERUM: The contractor shall ensure that the Fetal Bovine Serum is stored at a maximum temperature of -10 (minus ten) degrees Centigrade. (xii) SAMPLES TESTING AND ACCEPTANCE AND APPROVAL OF SAMPLES BY THE GOVERNMENT: The AGAR clause at 452.246-70 - Inspection and Acceptance, applies to this acquisition. Fetal Bovine Samples of 100 ml are sent to the Government by the contractor. The Government requires a minimum sample testing time of 60 days. Samples of each one liter lot will be tested by the Government at its facilities for compliance and specifications and will be tested in accordance with established testing procedures. Upon completion of the Government testing, the contractor will be notified in writing which individual serum lots meet the specifications and are authorized for use in the final lot and which individual serum lots are rejected as not meeting the specifications. Upon receipt of notification from the Government that samples were rejected, the contractor shall deliver replacement for rejected samples, as necessary, until the requested quantity is fulfilled. The Contracting Officers Representative (COTR) or the COTR's duly authorized representative will inspect and accept the serum to be provided under this contract. Formal acceptance of each final serum lot will be made by the Government upon successful completion of the acceptance test as specified in this combined synopsis/solicitation. No payment shall be made under this contract on delivered lots without formal acceptance being made by a duly authorized representative of the Government. Inspection and acceptance will be performed at USDA, NCAH 1920 Dayton Road, Ames, IA 50010. (xiii) PACKING AND MARKING: Each shipment shall include a packing slip attached to the outside of one box and enclosed in a protective plastic pouch and one packing slip in one of the shipment boxes. The packing slip shall identify the contract number and quantity shipped. The shipping documentation shall contain the contract number and the lot identification. Serum shall be packed in 100 ml plastic bottles. Each container shall be marked to enable comparison with testing records. The serum shall be packed in a manner to prevent the serum from thawing during shipment. (xiv) CONTRACTOR PERFORMANCE STANDARDS: Contractor performance will be measured by the ability to adhere to deliverable deadlines as agreed between the COTR and the contractor at the start of the contract. In the event that the delivery of the serum samples and accepted lots are not performed according to performance measures stated earlier, the Government will notify the contractor of failure to perform according to performance measures, and the contractor will revise delivery schedules within the time scales required by the project. Sustained failure to complete tasks on time will result in termination of the contract. (xv) GOVERNMENT ROLES AND RESPONSIBILITIES: The NCAH shall designate a representative(s) to coordinate all aspects of this contract. All work performed at the NCAH will be coordinated with the contractor by the COTS. (xvi) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xvii) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined is equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price, requirements type contract award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. In accordance with FAR 52.212-1 (b) (10) - regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xviii) 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. (xix) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xx) 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 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-35 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xxi) Quotations are due to the United States Department of Agriculture, National Centers for Animal Health, 1920 Dayton Avenue, Ames, IA 50010 by 02:00 PM CST, December 8, 2011. Faxed quotes are acceptable. (xxii) The assigned Contract Specialist is Ms. Denise Macdonald. Ms. Macdonald may be reached at Denise.L.Macdonald@aphis.usda.gov, or by fax at (515) 337-7247. (xxiii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for 100 ml of FBS based on a final lot comprised of pre-tested individual serum lots, including shipping and handling charges 2) Signature of the offeror on the page that lists the price. 3) A detailed narrative addressing how the proposed fetal bovine serum meets the requirements/specifications. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in (xvii), provision 52.212-2. 5) 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. If an offerors 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/NVSL/VLAB65021/listing.html)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02632756-W 20111204/111202234407-07ba4bdb1f776becd26b7a3671ea1c30 (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.