Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOLICITATION NOTICE

B -- Virtual Fencing System for cattle

Notice Date
1/17/2020 2:52:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B20Q0002
 
Response Due
1/22/2020 2:00:00 PM
 
Archive Date
02/06/2020
 
Point of Contact
Jeffery A. Ridenour, Phone: 3093635914
 
E-Mail Address
jeffery.ridenour@ars.usda.gov
(jeffery.ridenour@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 12905B20Q0002 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This announcement constitutes the only solicitation; quotes are being requested. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220. Requirement: USDA-ARS, wishes to evaluate the efficacy of virtual fencing for excluding livestock from recently burned areas at the ARS-managed Northern Great Basin Experimental Range in Harney County, Oregon, has a requirement to purchase a Virtual Fencing System for cattle. Specification for Virtual Fencing system: General description: Virtual fencing for large scale rangeland pastoral system, pastures within grazing allotments are often large (up to 10,000 acres or more) Initial training and weekly system support while the trial is ongoing GPS communication towers 20 GPS-activated collars that emit an audible que or mild electrical stimulus Low bandwidth radio connection Must and follow US codes and regulations. The solicitation, with the attached clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) FAC 2020 03 and will be incorporated in the awarded firm-fixed price purchase order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Address ALL questions in WRITING to the issuing office via email to Jeffery.ridenour@usda.gov. No telephone inquiries will be accepted. This is a Best Value Acquisition. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal offers the ""best value"" to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage on or about January 24,2020. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, additional FAR clauses cited in the clause are applicable to this acquisition. USDA-ARS is Tax Exempt. Tax Exemption Certificate: 720564834F. Contractor shall be registered at SAM.gov (System for Award Management) at https://www.sam.gov/portal/public/SAM/ prior to quote submission. 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. All quotes must be FOB Destination. Please respond with a firm fixed price quote to the email address below. Offerors are encouraged to provide discounts in their pricing. The quote should include any other documentation deemed necessary such as references. Quotes must be submitted via email by 05:00 PM Central Time, Wednesday, January 22, 2020, by email to Jeffery.ridenour@usda.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da4eb95debe34c1aa9aba5ac4363618d/view)
 
Place of Performance
Address: Burns, OR 97720, USA
Zip Code: 97720
Country: USA
 
Record
SN05538013-F 20200119/200117230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.