SOLICITATION NOTICE
37 -- Custom Fabrication of Automated Metabolic Feed Conversion Testing Units to be used for Individual Broiler Chicken Housing
- Notice Date
- 11/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423820
— Farm and Garden Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 722928
- Archive Date
- 12/22/2014
- Point of Contact
- John C. Wilkinson, Phone: 301-504-1731, Lori A. Faber, Phone: 3096816610
- E-Mail Address
-
john.wilkinson@ars.usda.gov, lori.faber@ars.usda.gov
(john.wilkinson@ars.usda.gov, lori.faber@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be used. Solicitation number 722928 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005‐77. This solicitation will be a 100 percent total small business set‐aside. The associated NAICS code is 423820 with a small business size standard of 500 employees. U.S. Department of Agriculture, Agriculture Research Service in Beltsville, Maryland requires the following items: On‐site custom fabrication of automated metabolic feed conversion testing units for individual chicken housing, with the following minimum requirements: The poultry research facility will require 2 separate but parallel battery units capable of housing a minimum of 80 broiler chickens each in individual cages for a total of a minimum of 160 chickens at a time. The cages compromising the battery units shall allow easy access to the birds themselves for daily weighing. Batteries of the required cages shall "not" be restricted to a limited number of birds 12 to 24 per battery as is a conventional arrangement on portable battery units. USDA requires the capability of calculating the feed efficiency for growth of broiler chickens, as performed by the poultry industry, with the capability of using the same equipment as the poultry industry in order that the USDA's data be relevant to the needs of the Poultry industry. Batteries of the required individual cages shall provide ease of measuring feed consumption on a daily basis, and shall NOT be manually intensive to clean and discard manure detracting from the efficient of use for large numbers of birds, up to 180 birds at a time, and shall have watering systems "not" compatible with the need to fully prevent adding wetness to the supplied feed which will result in decreased feeding behavior on the part of the bird and will therefore cause errors in the determination of the weight of the feed ingested, and are purely experimental units, that are "not" presently used by the major poultry breeders to evaluate the feed efficiency of the various lineages of broilers they develop. The above required automated metabolic feed conversion testing units for individual chicken housing include the following: Adjustable height or of a design that is ergonomically efficient for access to both the top and bottom cages Individual Ziggity Regulators, 4 per row Two feeder assemblies of at least 80 cage units each for a total of 160 cages. Automated manure conveyor belt for cleaning and health considerations Capability of easy wash‐down cleaning to the room's central floor drain Includes freight/shipping charges to Building 229, BARC‐East, Beltsville, Maryland 20705 Include on‐site installation charges. Delivery is required within 90 days after award. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212‐1. Submission of quote shall include the following: (1) Technical Specifications/technical support and (2) Price (to include shipping charges to Beltsville, Maryland 20705). The basis for this award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically accepted proposal with the lowest evaluated price. Pursuant to FAR 52.212‐ the criteria for evaluation are: (1) Technical Specifications/technical support, (2) price. INSPECTION AND ACCEPTANT TERMS: Supplies will be inspected by Contracting Officers Representative (COR) and accepted at Destination. This procurement will be awarded to the vendor that quotes the lowest total price including delivery that meets all of the above minimum requirements. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204‐7 System for Award; Management, AGAR 452.204‐70 Inquiries; FAR 52.204‐9, Personal Identity Verification of Contractor; Personnel; FAR 52.204‐10, Reporting Executive Compensation and First‐Tier Subcontracts Awards; 52.209‐6 Protecting the Governments interests when Subcontracting with Contractors Debarred, Suspended, or Proposes for Debarment; FAR 52 211‐6 Brand Name or Equal; AGAR 452.211‐71 Equal Products Offered; FAR 52.212‐1 Instructions to Offers‐Commercial Items; FAR 52.212‐2 Evaluation ‐ Commercial Items (filled in as follows: Technical specifications/support and price); FAR 52.214‐4 Contract Terms and conditions‐Commercial items; FAR 52.212‐5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders‐Commercial Items; FAR 52.219‐6 Notice of Total Small Business Set‐aside; AGAR 452.219‐70 Size Standard and NAICS Code Information; FAR 52.233‐3 Convict Labor; FAR 52.222‐19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222‐21 Prohibition of Segregated Facilities; FAR 52.222‐26, Equal Opportunity Employment; FAR 52.222‐36 Affirmative Action for Workers with Disabilities; FAR 52.222‐50 Combating Trafficking in Persons; FAR 52.223‐18 Encouraging Contractor Policy to Ban Text Messaging while Driving; FAR 52.225‐3 Buy American Act-Free Trade Agreements Isralie Trade Act; FAR 52.225‐4 Buy American Act-Free Trade Agreements-Israeli Trade Certificate; FAR 52.225‐13 Restrictions on Certain Foreign Purchases; FAR 52.225‐25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs; FAR 52.232‐33 Payment by Electronic Funds Transfer‐System for Award Management; FAR 52.233‐3 Protest After Award; FAR 52.233‐4 Applicable Law for Breach of Contract, FAR 52.237‐2 Protection of Govt Bldgs, Equipment, and Vegetation; FAR 52.252‐1; Solicitations Provisions incorporated by Reference; FAR 52.252‐2 Clauses Incorporated by Reference. Any firm that believes it can provide the above listed minimum requirements may submit a quote to the identified point of contact below not later than December 7, 2014. The successful company must mandatorily be registered in the System for Award Management (SAM) at the web site: www.sam.gov (SAM) (NO EXCEPTIONS) Contractors may call the SAM help desk at 1‐866‐606‐8220. The Point of Contact for this action is Mr. John Wilkinson, john.wilkinson@ars.usda.gov. Anticipated award date is Dec. 8, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a4ebdb375d5f2ea824c8ec7a4343807)
- Place of Performance
- Address: USDA, ARS, ABBL, 10300 BALTIMORE AVE., BARC-EAST, Beltsvville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03577313-W 20141121/141119234741-1a4ebdb375d5f2ea824c8ec7a4343807 (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 |