Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOLICITATION NOTICE

88 -- Notice of Intent - Bison Purchase

Notice Date
12/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112990 — All Other Animal Production
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-64PP-S-12-BB01
 
Archive Date
1/7/2012
 
Point of Contact
Karen L. Reddick, Phone: 573-875-5291
 
E-Mail Address
karen.reddick@ars.usda.gov
(karen.reddick@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Midwest Area for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to Timber Ridge Bison, 1350 250th Street, Waverly, IA 50677. This is a sole source procurement under the authority of FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the National Animal Disease Center (NADC), MWA, USDA at Ames, IA for 32 bison heifers less than ten (10) months of age that have not been vaccinated with brucellosis vaccines and from a single herd free of malignant catarrhal fever (MCF). Heifers must have good eyes and be sound on feet and legs. The bison heifers are available only through Timber Ridge Bison. No telephone inquiries will be accepted. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Timber Ridge Bison without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Columbia, MO location. 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to obtain 32 bison heifers to be used for research purposes. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). 32 bison heifers, less than 10 months of age that have not been vaccinated with brucellosis vaccines and from a single herd free of malignant catarrhal fever (MCF). Heifers must have good eyes and be sound on feet and legs. 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Demonstration of Contractor=s Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, AWhen the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for.@ (2) The named vendor maintains NADC=s bison genetic needs and is an agreeable travel distance from the Center. Transport time has to be at a minimum due to the temperament of the bison. Bison are needed for a vaccine experiment and previous vaccine experiments have utilized bison obtained from this vendor. Obtaining bison from a different source may introduce new variables to the ongoing experiments that may lead to increased variability in immune responses and impair comparison of vaccine responses across experiments. This herd is free of malignant catarrhal fever (MCF), a significant cause of mortality in many bison herds. Currently available diagnostics lack the sensitivity and specificity to detect infected herds or individuals. Purchase of bison with MCF would make all data from proposed experiment invalid and nonpublishable. Of equal concern would be the possibility that MCF could be inadvertently introduced into bison in other experiments (i.e. deer) at NADC; a scenario that would be devastating to several ongoing brucellosis, tuberculosis, and possibly prior research projects. Least cost procurement of bison on a previous occasion did result in procurement of MCF-positive bison. In addition, bison from this herd have some degree of human acclimation which makes them easier, and to some extent safer, to manage in NADC's current animal facilities. 6. Federal Business Opportunities B FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). a. A Federal Business Opportunities (FedBizOpps) synopsis is published in an attempt to identify other possible vendors of the required consumable. b. USDA/ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). After a thorough web search, no other suppliers were located that could supply this consumable. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the consumable is malignant catarrhal fever (MCF) free and only available from the vendor identified. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the nature of the item needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements. If competition occurs in the future and maintaining genetic consistency is not required for a given experiment, testing of additional resource herds can be performed for environmental bacteria status. Other sources will be identified if they meet the requirements for transport. Transport time has to be at a minimum due to procurement of the animal. 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Karen L. Reddick Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-64PP-S-12-BB01/listing.html)
 
Place of Performance
Address: USDA, ARS, NADC, 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02637866-W 20111215/111213234017-de987424dc3611e06a86aa8b7de52893 (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.