Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOLICITATION NOTICE

R -- Sheep Shearing Services

Notice Date
5/10/2023 11:07:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115210 — Support Activities for Animal Production
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0146
 
Response Due
5/22/2023 9:59:00 PM
 
Archive Date
06/06/2023
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 issued. Solicitation number 12505B23Q0146 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated NAICS code is 115210 - Support Activities for Animal Production; with a small business size standard of $11.0 Million and the PSC code is R416. This solicitation is a 100% Total Small Business Set-Aside. The Department of Agriculture (ARS) has the need for the following service: 001) Sheep Shearing Services Scope of Work: The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office�s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Animal Disease Center (NADC) located at 1920 Dayton Avenue, Ames, IA 50010 is requesting quotes for sheep shearing. Background: The USDA NCAH Facility provides care for a herd of sheep that require shearing for comfort in the summer months and animal cleanliness for lambing, as well as due to housing in containment. Shearing for these reasons helps to ensure full compliance with Animal Welfare regulations. The USDA NCAH Facility maintains a herd of sheep including but not limited to breeding flock of ewes, breeding rams, blood donors and other projects, some involving infectious diseases. The sheep are required to be shorn a minimum of once-annually or, in some cases, semi-annually. Technical Requirements: Contractor will perform the following tasks: Contractor will perform shearing as needed on each category of sheep detailed in table below. Contractor must have flexibility in scheduling for each category of sheep; this may include shearing days from 3 hours per day up to 8 hours per day. Contractor must be available to work around shifting schedules of USDA Animal Resources Unit personnel to accommodate daily chore and procedure times. Contractor must be able to work consecutive days in a row to complete categories groups of sheep. This may require contract to provide multiple shearers available on the day the �Clean� sheep are scheduled. This will need to be accomplished in an 8-hour work day. During the shearing process, any pathologies found will be treated by the Veterinarian. Contractor will complete all shearing within a 12-month period of date of award, as detailed on the timetables listed below. The USDA has 3 categories with different timetables and requirements. To be scheduled 1st Priority to be Sheared � Sheep in Containment � no outdoor access � Not to exceed 100 head To be scheduled 2nd Priority to be Sheared � Sheep infected with Scrapie and housed outdoors � Not to exceed 85 head To be scheduled 3rd Priority to be Sheared (second shearing of 1st priority) � Sheep in Containment � no outdoor access � Not to exceed 100 head Numbers above are anticipated not to exceed quantities provided. Shearing includes, but is not limited to, restraint and handling of sheep from juvenile to adult, ranging from 60# to 400# while keeping both personnel and animals safe.� Contractor will provide all equipment required to complete shearing of clean outside sheep. Any equipment required to complete the shearing of scrapie and infected sheep will be provided by the USDA. Contractor must be medically cleared to be fit-tested to wear a respirator in the containment facilities when completing shearing of scrapie and infected sheep. All wool will be retained on site for disposal per biocontainment regulations. Government Furnished: All equipment required to complete the shearing of scrapie and infected sheep will be provided by the USDA. Travel: To 1920 Dayton Avenue, Ames, IA 50010. Key Deliverables: Sheep shearing on infected containment sheep housed in containment � 1st Priority. --> Contractor will perform shearing for sheep housed in containment, not to exceed 100 head. --> Within a 12-month period as detailed on the timetable listed above. Sheep shearing on scrapie sheep housed outside � 2nd Priority --> Contractor will perform shearing for Scrapie infected sheep housed outside not to exceed 85 head. --> Within a 12-month period as detailed on the timetable listed above. Sheep shearing on infected containment sheep housed in containment - 3rd Priority (second shearing of 1st priority). --> Contractor will perform shearing for sheep housed in containment, not to exceed 100 head. --> Within a 12-month period as detailed on the timetable listed above. Place of Performance: USDA, 1920 Dayton Avenue, Ames, IA 50010 Period of Performance: Services to be completed within 1 year (365 days or 12 months) of award. Evaluation Factors: Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable. Submitting a Quote: Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award. Vendors responding to this announcement shall submit their quote�along with all other requested and required documentation (such as completed FAR provisions) to be included as part of ALL offeror�s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase. The solicitation attachments include FAR clauses, a Statement of Work (SOW), Quality Assurance Surveillance Plan (QASP), and FAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition. In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed). Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days. To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code. Also, be certain all quotes included your full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information. The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than�Wednesday, May 17, 2023 at 11:59 PM�Central Time (CT). Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government. Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to�aaron.dimeo@usda.gov by NO later than�Monday, May 22, 2023 at 11:59 PM�Central Time (CT). NOTE: Be absolutely certain to reference the RFQ number �12505B23Q0146� and/or title of the solicitation �Sheep Shearing Services� in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed �unresponsive� and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4221101867c4b8d96d6d7fbffb804a4/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06677917-F 20230512/230510230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.