Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

R -- Bovine Embryo Collection - Service Wage Rates

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115210 — Support Activities for Animal Production
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
 
ZIP Code
30605
 
Solicitation Number
RFQ-034-4384-10
 
Archive Date
9/22/2010
 
Point of Contact
Elaine J Wood, Phone: (706) 546-3534
 
E-Mail Address
elaine.wood@ars.usda.gov
(elaine.wood@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Wage Rates This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number RFQ-034-4384-10 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. This solicitation is set aside for small businesses. The NAICS code applicable to this procurement is 115210 with a small business size standard of $7 million. USDA ARS has a requirement for bovine embryo collection and transfer services. Services to be performed are as follows: breed donor females (2X each) for embryo collection; prepare and superovulate cows, flush and freeze all embryos; and transfer fresh or frozen embryos. Service provider must be available and on call within 24 hours to check cows for cycling by palpation and to begin preparations. Transfer will occur about 30 days following call for service and initiation of drug treatment. Cost of FSH, Lutalyse, CIDRS will be borne by the government. All other supplies needed will be furnished by the contractor. Services will be at the Subtropical Agricultural Research Station near Brooksville, Florida. Protocol to be used will be reviewed by USDA, ARS, STARS personnel and may be rejected or modified to meet our requirements. All costs provided should include travel costs to location. The period of service will be 1 year. The following quantities are estimated. Based on the funding available the government may award more or less than the quantities requested. CLIN 01 - QTY 120 EACH - Breed donor females for embryo collection (2X). CLIN 02 - QTY 120 EACH - Prepare and superovulate cows, flush and freeze all embryos. CLIN 03 - QTY 300 EACH - Transfer fresh or frozen embryos. A company's response to this solicitation should be submitted on company letterhead and include pricing by line item and quantity price per each. Award will be made based on price and past performance. Companies submitting a quotation must include at least three references for same or similar type work within the last five years. Past performance should show dollar amount, description of work performed, contact name, address and phone number. All quotations should state whether the company will accept VISA cards as payment. The quotation should include the statement specified in 52.212-3 below. Companies must be registered in the Central Contractor Registration database with NAICS code 115210 and have completed Online Representations and Certifications as discussed below in order to receive award. Services to be performed in Brooksville, Florida. Any travel costs should be included in your per item price. Period of performance is 1 year. The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. The Government will award a contract resulting from this solicitation to the responsible Offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on price and past performance. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. This can be via EFT to a financial institution or with purchase (VISA) card. Please note on your proposal if you will accept a government purchase (VISA) card. The Federal Acquisition Regulation (subpart 4.11) requires that contractors be registered in the CCR database prior to being awarded a contract. Detailed information about CCR is available at http://www.ccr.gov/. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. Clause 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs __________. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-42, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. Quotations are due by 1:00 PM EDT, September 7, 2010, at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). Responses may be mailed or faxed to (706) 546-3444. Responses can also be emailed to elaine.wood@ars.usda.gov. Companies submitting quotations are responsible for calling and verifying that the government received quotations. Point of contact for this acquisition is Elaine Wood, Contracting Officer, (706) 546-3534, fax (706) 546-3444, email elaine.wood@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-034-4384-10/listing.html)
 
Place of Performance
Address: U222SDA ARS STARS, 22271 Chinsegut Hill Rd, Brooksville, Florida, 34601, United States
Zip Code: 34601
 
Record
SN02251300-W 20100825/100823235334-9d564f6d896f0968a3c90fc545501474 (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.