Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

R -- Two subject matter experts for the Smith Kilborne Veterinary Training Program May 29 - June 5, 2012 - Attachment 1

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-12-0084
 
Archive Date
5/29/2012
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
If an offerors package does not contain all of the items listed on page 1 of attachment 1, the proposal may be considered incomplete for evaluation purposes and no further consideration will be given thereby making an offer ineligible for award. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Streamlined format in Subpart 12.6, as supplemented with additional information in FAR Parts 13 and 15 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation# AG-6395-S-12-0084 is issued as Request For Proposals (RFP) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR and USDA clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 541940 - Veterinary services for a 100% small business set-aside. The Small Business size standard for this NAICS code is $7 million. Price Schedule Page with line item price. **All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation** Line item Description 01 Two subject matter experts for the Smith Kilborne Veterinary Training Program May 29 - June 5, 2012. Option to extend : The schedule dates for the 2013-2016 training programs have not yet been determined. Statement of Work: Background: APHIS Veterinary Services is planning a training program for veterinary students on various foreign transboundary animal diseases that potentially threaten our domestic animal population. The program combines classroom presentations on diseases and their implications with laboratory experiences. Veterinary Services is in need of two subject matter experts to coordinate classroom and/or laboratory activities throughout the program May 29-June 5, 2012. The purpose of the program is to educate veterinary students from the U.S., Canada, and Mexico on the recognition and diagnosis of economically significant transboundary animal diseases, emergency response, epidemiology, disease outbreak investigation, wildlife zoonoses, and public health. Subject matter experts with highly specialized experience are needed to help deliver and coordinate the program. The objectives of this program are: 1. Describe why transboundary and emerging animal diseases (TADs) pose a major threat 2. Summarize international animal health structures, agencies, and roles 3. Describe the processes used to prevent the introduction and to control TADs 4. Discuss the roles of public and private veterinarians in the prevention and control of TADs that involve diagnosis, education, risk assessments, prevention, and control 5. Outline the major function and structure of the Incident Command System, especially with respect to agricultural emergencies 6. Describe the economic and political impacts of TADs 7. Identify ways veterinarians contribute to society through One Health Requirements: 1. Must have a DVM or equivalent professional veterinary degree (advanced degrees in pathology or microbiology preferred) 2. Must have experience in the recognition, diagnosis, and control of transboundary animal diseases such as foot-and-mouth and highly pathogenic avian influenza 3. Must have experience in international veterinary medicine, to include knowledge of and experience with disease outbreaks in other countries 4. Must have experience in regulatory veterinary medicine and USDA policies 5. Must be familiar with biosecurity procedures at the Plum Island Animal Disease Center (experience working in the laboratory preferred) 6. Must have teaching experience in a college of veterinary medicine 7. Must have knowledge of and experience with One Health principles 8. Must be available to coordinate activities in the classroom at Cornell University and/or the laboratory at the Plum Island Animal Disease Center during the 2012 program dates of May 29-June 5. Dates for 2013-2016 have not yet been determined. Period of Performance: The 2012 program is scheduled for Tuesday, May 29, through Tuesday, June 5, 2012. Preparation time required may vary up to and through the actual course delivery dates. The schedule dates for the 2013-2016 training programs have not yet been determined. Location of Training Program: Cornell University College of Veterinary Medicine 930 Campus Road Ithaca, NY 14853 And/or Plum Island Animal Disease Center doesn't really have an address. It's the only building on the Island and the whole island is DHS property. It's just Plum Island Animal Disease Center, Plum Island, New York The following FAR and AGAR Provisions apply to this Solicitation. Offers submitted without completion of required Certifications,Representations, and Provisions at the time of submission may be considered nonresponsive. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 52.212-2 Evaluation-Commercial Items. EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical - Requirements According to Statement of Work Previous experience if any In accordance with FAR 15.304; Technical Requirements and past performance, when combined, are equal to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) In accordance with FAR 52.216-28 Multiple Awards for Advisory and Assistance Services; The Government intends to award multiple contracts for the same or similar advisory and assistance services to two or more sources under this solicitation unless the Government determines, after evaluation of offers, that only one offeror is capable of providing the services at the level of quality required. (End of provision) The following FAR and AGAR Clauses apply to this Solicitation and resulting award. 52.212-4 Contract Terms and Conditions-Commercial Items. AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS 52.217-9 Option to Extend the Term of the Contract. 52.216-5 Price Redetermination-Prospective. 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete proposal package, as a minimum, the proposal package must contain the following items: Complteion of all required items in attachment 1 Completed list of Past Performance information ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Anyone wishing to do business with the USDA Shall complete certifications electronically at http://orca.bpn.gov. An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision included in the solicitation attachment 1. Offers submitted without completion of this provision will be considered nonresponsive. ONLINE A completed Central Contractors Registration at http://www.ccr.gov In accordance with FAR 52.212-1 (k) Central Contractor Registration; anyone wishing to do business with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220 or consult online hand book at http://www.ccr.gov/handbook.aspx Potential Vendors must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. The Vendor response to this proposal along with the completed Attachment 1 need to be sent to the attention of Carol Dingess at the Email, Fax, or address listed below by 4:pm Central Time May 14, 2012. Carol Dingess Contracting Officer USDA/APHIS/MRPBS 100 N. 6TH Street, Butler Sq. N. Suite 510-C Minneapolis, MN 55403 ph:612-336-3208 Fax: 612-336-3550 Carol.Dingess@aphis.usda.gov The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0084/listing.html)
 
Place of Performance
Address: Cornell University, College of Veterinary Medicine, 930 Campus Road, Ithaca, New York, 14853, United States
Zip Code: 14853
 
Record
SN02739948-W 20120506/120504235637-46717b167a8b781eb4bc565e193d390b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.