SOLICITATION NOTICE
37 -- CATTLE CORRALS - ATTACHMENT
- Notice Date
- 7/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-17-0151
- Archive Date
- 8/19/2017
- Point of Contact
- Kim Yen Nguyen Tu, Phone: 6123363602
- E-Mail Address
-
kimyen.n.tu@aphis.usda.gov
(kimyen.n.tu@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. 2. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. 3. This is a combined synopsis/solicitation for Portable Cattle Corral as defined herein. The government intends to award a firm-fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This procurement is set-aside for small business only. The associated North American Industrial Classification System (NAICS) code for this procurement is 333111, Farm Machinery and Equipment Manufacturing, with a small business size standard of 1,250. 4. Supplies Required The CFTEP requires five (5) Portable Corrals for the containment of both stray and producer owned cattle when dipping, examination, or other treatment is in progress, or when dealing with small numbers of animals in the large expanses of some Texas pastures and ranges. Stray livestock are gathered in remote areas with rough terrain requiring durable equipment for both operator and livestock safety that must also be capable of moving across the counties to various sites necessitating travel at freeway speeds. CFTEP offices in several counties are in need of Portable Corrals. The specifications for a Portable Corral is below. 5. Product Specifications The USDA requires Portable Corrals that meet the following minimum requirements: - The Portable Corral shall be of a suitable size and configuration capable of confining approximately 100 head of cattle (See Attachment A and B) - The Portable Corral shall come equipped with all lights, hookups, tires (including a spare) and other DOT required equipment to be safely towed at freeway speeds (Needs to have plug-in adapter to power lights from vehicle. Needs to be equipped with brake lights and turn signals), but also be capable of traveling over unimproved rural roadways and pastures to allow them to be set up at remote sites (torsion axle suspension). - The Portable Corral shall have a rear towing hitch (needs to be equipped with a tongue receiver to fit either a 1 7/8" or 2" ball) for attachment of a Panel Trailer configured for bumper hitch towing. **See images in Attachment A&B 6. Delivery The Portable Corral must be delivered in a fully functional state capable of traveling at freeway speeds in a gooseneck towing configuration with a rear hitch for attachment of a bumper pull Panel Trailer. The Portable Corral shall be delivered with proper freeway tires including a spare tire, all operable DOT approved lights and towing attachments, and then be able to be set up for cattle operations on site. FOB destination to: USDA APHIS VS, CFTEP Webb County Office 7209 E. Saunders Ave. Suite #4, Laredo, TX 78740 Delivery within 2 weeks ARO 7. Award shall be made to the responsible quoter conforming to the solicitation and who will be most advantageous to the Government. Award will be made based on best value in accordance with FAR Part 13. The government will evaluate information based on the following evaluation criteria: (1) Technical Acceptability (3) Delivery Time and (2) price. 8. The following solicitation provisions apply to this acquisition: 52.204-16, "Commercial and Government Entity Code Reporting" Jul 2016 52.212-1, "Instructions to Offerors -- Commercial Items" (Jan 2017) 52.212-3, "Offeror Representations and Certifications -- Commercial Items" (Jan 2017) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. 9. The following contract clauses apply to this acquisition: 52.204-18, "Commercial and Government Entity Code Maintenance" Jul 2016 52.212‐4, "Contract Terms and Conditions-Commercial Items" Jan 2017 52.232-40, "Providing Accelerated Payments to Small Business Subcontractors" Dec 2013 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" Jan 2017 The following subparagraphs of FAR 52.212‐5 are applicable: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 10. All quoters shall submit the following: (1) Quote (2) Delivery time frame (3) Product offering specifications/literature (3) SAM Registration Information 11. Submission shall be EMAILED ONLY to Kimyen Tu, the Contract Specialist, at kimyen.n.tu@aphis.usda.gov. Quotes are due not later than August 4TH, 2017 by 1 p.m. Central time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212‐1(f). Any questions or concerns regarding this solicitation should be forwarded in writing ONLY via e‐mail to Kimyen Tu, the contract specialist. Quoter's are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Quoted price shall include all costs necessary to supply and deliver FOB Destination to the Laredo, Texas address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-17-0151/listing.html)
- Record
- SN04600422-W 20170729/170727231955-68c126734011e210fb7ebaab3ee88142 (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 |