Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Plum Island (DHS) Cattle Purchase

Solicitation Number: HSHQPD-09-00001
Agency: Department of Homeland Security
Office: Office of the Chief Procurement Officer
Location: Plum Island Animal Disease Center
  • Print
:
HSHQPD-09-00001
:
Award
:
November 3, 2008
:
HSHQPD-09-P-00003
:
$21,275.00
:
CLINs: 0001, 0002, and 0003
:
ADCO Services Corporation
:
4140 Austin Boulevard
Island Partk, New York 11558
United States
:
Added: Oct 17, 2008 2:43 pm
26 Head of Cattle for the DHS Plum Island Animal Disease Center (PIADC)



(i) 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. The Government intends to award a fixed-price purchase order under Simplified Acquisition Procedures (SAP) using FAR Part 13.



(ii) The solicitation reference number is HSHQPD-09-Q-00001. This requirement is issued as a Request for Quote (RFQ).



(iii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26.



(iv) This solicitation is subject to full and open competition.



(v) The suggest format of the Contract Line Item Numbers, Items, Quantities, and Units of Measure are:



CLIN 0001 – The Contractor shall supply healthy head of cattle within the weight range of 450 lbs. to 500 lbs. to be delivered to Orient Point, New York, on Thursday, November 06, 2008.



QTY: 26 UNIT OF ISSUE: EA UNIT PRICE: $_______ EST TOTAL: $ ________



CLIN 0002 – Health Papers



EST QTY: 01 UNIT OF ISSUE: Lot UNIT PRICE: $_______ EST TOTAL: $ ________



CLIN 0003 – Transportation



EST QTY: 01 UNIT OF ISSUE: Lot UNIT PRICE: $_______ EST TOTAL: $ _______



(vi) For this procurement, United States Department of Agriculture (USDA) License B and/or Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) certification of the Supplier's facilities may convey some assurance of an acceptable source.



(vii) The contract must:



(a) ensure and demonstrate that the animals, in particular younger animals, are not overly stressed and fatigued, for instance, as a result of prolonged transportation, which could compromise the animals' immune systems,



(b) come from a homogeneous source without having co-mingled with other cattle, in order to minimize any variability between tests,



(c) document and explain any exception to this requirement,



(d) verify that each head of cattle has had a veterinary examination along with the appropriate vaccinations (example Bovishield) and boosters as necessary as well as antibiotics prior to transport to prevent any in transit fever prior to departure for Orient Point and PIADC.



(e) Unless otherwise agreed to by PIADC and the Supplier, each animal shall be issued a health certificate for interstate transportation.



(f) Also, the Supplier shall submit a document with the recent medical history and record of vaccinations and/or treatments for each animal. This report shall include, at a minimum, general information identifying the animal by number/ID; the departure date of transport to Orient Point/Plum Island; breed; gender; age or birth date range; (de)horned; weaned; castrated (if applicable); the dates and dosages for vaccines and anti-parasitic, anti-fungal, antibiotic drugs; any other tests and corresponding results; and any other interesting and important information.



(g) Accurate and consistent with the medical history and record of vaccinations and/or treatments mentioned above, all animals must be:



• Holsteins (white and red Holsteins are acceptable);



• castrated males;



• healthy with no overt signs of disease;



• free of active lameness, respiratory disease, warts, or ringworm;



• polled or dehorned;



• tolerant of being haltered (i.e. of tractable temperament and be free of behavioral vices such as charging and kicking); and



• free of external parasites and have been treated for internal parasites within the last three (3) months (preferably using Ivermectin).



(h) Additional requirements are as follows:



• the cattle must have un-pigmented (i.e pink) tongues;



• the hooves of the cattle shall be trimmed prior to shipment; and



• the ears of the cattle shall be notched for Bovine Virus Diarrhea (BVD).



(viii) After notification of award, the Supplier shall deliver (F.O.B. Origin) the cattle, and corresponding documentation to the USDHS/S&T/PIADC Warehouse, 40550 Route 25, Orient Point, NY 11957 at approximately 7:30 a.m. on Thursday, November 6, 2008. Utilizing a PIADC-owned wooden animal stockade ramp, available at the Orient Point destination, the Supplier shall offload the cattle from their vehicle then load the animals onto a U.S. Government vehicle.



(ix) Once the Supplier hands over the cattle to PIADC personnel at Orient Point, the animals will be quarantined and evaluated for seven (7) calendar days. Any animal that has been delivered but does not meet the criteria listed above or otherwise is considered by PIADC personnel to be unhealthy will be rejected and euthanized. PIADC personnel will inform the Supplier and prepare an animal incident report and send it, by fax or e-mail or both, to the Supplier promptly (within approximately three (3) calendar days, if reasonable and practicable). Unless otherwise agreed to by PIADC and the Supplier, and pending the resolution of any inquires or disputes, the Supplier shall compensate PIADC with an appropriate replacement of cattle for any unacceptable animal(s) following the quarantine and evaluation period.



(x) The DHS would like to emphasize the importance of and our necessity for healthy specimens. In particular, we are sensitive to and will reject any animal that carries or develops ringworm.



(xi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addendum has been attached to this provision: Offerors must meet each of the technical requirements identified at “vi” through “vii”,“h”.



(xii) Offerors must submit the following with the quote:



(1) The name and contact information of at least three relevant past performance references;



(2) Each Offeror shall submit pricing as a separate document that may include the suggested format shown in section “v.” Fixed unit rates shall include all costs and fees;



(3) Dun & Bradstreet Number (DUNS);



(4) North American Industrial Classification System (NAICS) Code;



(5) Business Size, Contact Name;



(6) Contact Email Address;



(7) Contact Telephone and Fax Number;



(8) Complete Business Mailing Address; and



(9) Addendum 1: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates



(xiii) The Offeror is hereby required to complete the Online Representation and Certification Application (ORCA) via HTTP://ORCA.BPN.GOV prior to the proposal due date. The Federal Acquisition Regulation requires Offerors to complete Representations and Certifications ORCA at least annually as of January 1, 2005.



Solicitation & Contract Clauses:



(xiv) The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability of the item offered to meet the Government requirement; Past Performance; and Price. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors



(xv) 52.212-3 Offeror Representations and Certifications—Commercial Items.



(xvi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None.



(xvii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JUN 2008), applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government – Alt. I (OCT 1995); 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (MAY 2008); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Item (Jun 2008); 52.217-5 Evaluation of Options (JUL 1990); 52.217-8, Option to Extend Services (Nov 1999); 52.222-3 Convict Labor (JUN 2003); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003);



(xviii) The following additional clauses are cited: 52.204-7 Central Contractor Registration (APR 2008); HSAR 3052.209-70 Prohibition on contracts with corporate expatriates; 3052.242-71 (see Addendum 1); Dissemination of Contract Information (DEC 2003); 3052.242-72 Contracting Officer’s Technical Representative. Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov and HSAR Clauses at http://farsite.hill.af.mil/VFHSARA.HTM.



(xix) Rating under the Defense Priorities and Allocations System (DPAS) – N/A.



(xx) Quotes are due no later than Thursday, October 30, 2008– 02:00 PM Eastern Time and must be submitted electronically (via email) to the individuals noted in section “xxii.” A separate solicitation document is not available.



(xxiii) Questions regarding this solicitation MUST BE SUBMITTED IN WRITING to the individuals noted in section “xxii” and are due no later than 10:00 am Eastern Time, Tuesday, October 28, 2008.



(xxi) For more information regarding this solicitation please contact Ms. Courtney Byrd, Contracting Officer at (631) 323-3201 or courtney.byrd@dhs.gov or Mr. Robert Marosz, Contract Specialist, (631) 323-3397 or robert.marosz@associates.dhs.gov.

Added: Mar 05, 2009 5:41 pm
CORRECTION: The actual solicitation number was HSHQPD-09-Q-00001.
Please consult the list of document viewers if you cannot open a file.

HSAR Contract Clauses

Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
HSAR Contract Clauses
Posted Date:
October 17, 2008
Description: HSAR Contract Clauses
:
40550 Route 25
Orient Point, New York 11957-1130
:
40550 Route 25
Orient Point, New York 11957
United States
:
Courtney B. Byrd,
Contracting Officer
Phone: 631-323-3201
Fax: 631-323-3169
:
Patricia LaRiviere-Hom,
Contract Specialist
Phone: 631-323-3203
Fax: 631-323-3101