Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 05, 2024 SAM #8256
SOLICITATION NOTICE

88 -- Hereford Calves

Notice Date
7/3/2024 11:49:19 AM
 
Notice Type
Solicitation
 
NAICS
112111 — Beef Cattle Ranching and Farming
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B24Q0225
 
Response Due
7/9/2024 12:00:00 PM
 
Archive Date
07/24/2024
 
Point of Contact
Debora Wells, Phone: 9706314803
 
E-Mail Address
debora.wells@usda.gov
(debora.wells@usda.gov)
 
Description
Amendment 0001 This amendment is to extend the closing date til 9 July 2024, All other terms and conditions remain unchanged -------------------------------------------------------------------------------------------------- Solicitation number 12505B24Q00225 Hereford Calves is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The associated NAICS code is 112111 (Beef Cattle Ranching and Farming), with a small business size standard of $2.5 Million and a PSC Code of 8820 (Live Animals, Not Raised For Food). This acquisition is for the following item as identified in the Line Item Number(s): 0001)� 8 Female Hereford Calves Specifications: See attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is USDA ARS Ames, Iowa 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. 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, (2) Price (to include shipping) All responses shall be submitted electronically to debora.wells@usda.gov. The basis for award is lowest price technically acceptable (LPTA).� ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability.� This will continue until the lowest price quote is determined technically acceptable.� Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by the technical representative and accepted at destination.� Animals shall be deliverable onsite in one (1) delivery to USDA located at 1920 Dayton Avenue, Ames, IA 50010 with 14 days of award. See attached RFQ document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.� NO EXCEPTIONS.� All invoices shall be submitted electronically. Quotes must be received via email to debora.wells@usda.gov by time specified in SF1449 box 8. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e23a524aa69945929fe99e9080d792a9/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN07117670-F 20240705/240703230117 (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.