Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2009 FBO #2763
SOLICITATION NOTICE

88 -- Cattle for PIADC

Notice Date
6/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424520 — Livestock Merchant Wholesalers
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-R-00094
 
Archive Date
7/10/2009
 
Point of Contact
Janet Herman, Phone: 202-254-6918
 
E-Mail Address
janet.herman@dhs.gov
(janet.herman@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Homeland Security (DHS), Science and Technology (S&T) Directorate, Plum Island Animal Disease Center (PIADC) is contemplating establishing a Blanket Purchase Agreement (BPA) for the procurement of cattle in accordance with the requirements set-forth below. The BPA shall establish the ordering mechanism to procure up to 500 cattle during a period of two years. DHS contemplates seventeen deliveries (call orders) against the BPA over the two year period. Each call order shall procure between 20-55 cattle, with an estimated average of 30 cattle per call order. The specific quantities and delivery dates shall be identified with each call order. Please note: DHS estimates, but does not guarantee the volume of purchases through this agreement will be 500 cattle during a two year period. The BPA does not obligate any funding. The Government is obligated only to the extent of authorized purchases made under each individual call order against the BPA. There is no minimum order guarantee. The first call order will be for a quantity of forty-six (46) cattle to be delivered by July 9th. This is a combined synopsis/solicitation for commercial items prepared in accordance with the FAR 12.6. This announcement constitutes the only solicitation for this requirement; a separate written solicitation will not be issued. The solicitation number for this Request for Quotation (RFQ) is HSHQDC-09-R-00094. The solicitation and resulting BPA will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-31. The North American Industry Classification (NAICS) Code for this procurement is 424520 and the business size standard is 100 employees. This requirement is set-aside for small businesses. All cattle shall meet the following requirements: • Holsteins; • Between five and eight months old in the 280-350 lbs weight range • Castrated males; • Healthy with no overt signs of disease; • Free of active lameness, respiratory disease, warts, or ringworm; • Polled or dehorned; • Tolerant of being haltered (i.e. of tractable temperament and be free of behavioral vices such as charging and kicking); • Free of external parasites and have been treated for internal parasites within the last three (3) months (preferably using Ivermectin); • Cattle must have un-pigmented (i.e. pink) tongues; • Hooves of the cattle shall be trimmed prior to shipment; • Ears of the cattle shall be notched for Bovine Virus Diarrhea (BVD) • Animals must be ear tagged in accordance with lettering and numerals specified by DHS with each order. The tags will follow an alphanumeric system, beginning with the letter D, followed by 2 numerals for the year, followed by steer number to be supplied at time of order. • Documentation of each animal’s date of birth must be supplied The Vendor shall issue the following documentation seven (7) days prior to the animals’ departure for PIADC in order for the cattle to be accepted: • Written verification that each head of cattle has had a veterinary examination, appropriate vaccinations and/or boosters, and antibiotics prior to transport to prevent any in transit fever. • A health certificate for interstate transportation for each animal. • A document with the recent medical history and record of vaccinations and/or treatments for each animal. This report shall include, at a minimum: o General information identifying the animal by number/ID; o The departure date of transport to Orient Point/Plum Island; o Breed; o Gender; o Age or birth date range; o Whether the animal is (de)horned; weaned; and/or castrated (if applicable); o The dates and dosages for vaccines and anti-parasitic, anti-fungal, antibiotic drugs; any other tests and corresponding results; and any other interesting and important information. Certification requirements: While the Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) accreditation is preferable for this effort, United States Department of Agriculture (USDA) class A certification is the minimum requirement. No class B dealers will be considered. Delivery requirements: • The vendor shall deliver all cattle and signed hard copies of all related documents F.O.B destination to the USDHS/S&T/PIADC Warehouse, 40550 Route 25, Orient Point, NY 11957. Delivery shall occur at 7:30 AM Eastern Time on the scheduled delivery date. • In order to minimize any variability between tests, the cattle shall come from a closed herd without having come from auction or having co-mingled with other cattle after January 1, 2009. Furthermore, the cattle shall be kept together for at least seven (7 days) prior to departure from PIADC. • The Vendor shall ensure and demonstrate that the animals are not overly stressed or fatigued as a result of transit, as this may compromise their immune systems. The Vendor shall ensure that transit complies with the specifications set forth in the Animal Welfare Act and Regulations (http://www.nal.usda.gov/awic/legislat/usdaleg1.htm) and with 9 CFR Chapter 1, Subchapter A – Animal Welfare: Part 3 Standards. • In the event of cold weather during delivery, transporting devices shall be covered to provide protection for live animals when the outdoor air temperature falls below 10oC (50oF) and such live animals shall not be subjected to surrounding air temperatures which fall below 7.2oC (45oF). • Upon arriving at PIADC, each delivery shall be unloaded from the Vendor’s vehicle and loaded onto a U.S. Government vehicle. PIADC will make a wooden animal stockade ramp available to the vendor for this purpose. In the event that more than one vehicle will be needed to transport either delivery, the Vendor shall inform the COTR for this requirement two (2) days prior to arrival at PIADC. Acceptance Criteria: Upon delivery to PIADC personnel, the U.S. Government will quarantine and evaluate the animals for seven (7) calendars days. DHS will reject and euthanize any animal that has been delivered does not meet the criteria listed above or is otherwise unhealthy. Should this occur, DHS will notify the Vendor and prepare an animal incident report and send it by fax or email (or both) within three (3) calendar days of the seven (7) day quarantine/evaluation period. The Vendor shall either replace any cattle euthanized or pay PIADC for the replacement cattle (including a prorated amount for health papers and transit for those cattle). Quotation Format: Pricing for the cattle shall be provided in “per head” format. For the estimated quantity of 500 steer (over the course of 2 years) and including medical papers and transporation to the PIADC, the price for each steer will be: $__________ All quotes shall include the following information on the cover page: • DUNS Number • NAICS Code • Business Size • Contact Name/email address/phone and fax number • Complete Business Mailing Address Award shall be made to the lowest priced, technically acceptable offeror. With price quotation, the offeror shall provide documentation of AAALAC accreditation or USDA class A certification. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. These clauses are: (1) FAR 52.212-1, Instructions to Offerors-Commercial Items; (2) FAR 52.212-3, Offeror Representations and Certifications. Instructions for registering with ORCA and completing Offeror Representations and Certifications are located at http://www.orca.gov. To register with ORCA, vendors must have a DUNS Number from Dunn and Bradstreet (http://www.dnb.com/us) and be actively registered with Central Contracting Registration (http://www.ccr.gov) (3) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; and (4) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items. The following clauses listed in 52.212-5 are applicable to this requirement: 52.203-6; 52.219-8; 52.222-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-39; 52.222-50; 52.223-15; 52.225-1; 52.225-13; 52.232-34; 52.239-1 (5) HSAR 3052.209-70 Prohibition on contracts with corporate expatriates. (6) HSAR 3052.242-71 Dissemination of Contract Information (7) HSAR 3052.242-72 Contracting Officer’s Technical Representative
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-R-00094/listing.html)
 
Record
SN01849252-W 20090620/090618235548-957b4276fc955e5cfdc056aed37aa9a0 (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.