Swine Premix (№4058424)

18 nov

Number: 4058424

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


18-11-2017

Description


Swine PremixSolicitation Number: AG-6538-S-18-0008
Agency: Department of Agriculture
Office: Agricultural Research Service
Location: Plains Area

Solicitation Number: AG-6538-S-18-0008

Notice Type: Award

Contract Award Date: November 17, 2017

Contract Award Number: 12653818P0032

Contract Award Dollar Amount: $90500.00

Contractor Awarded Name: JBS United Inc

Contractor Awarded Address: 214 S MAIN STREET
Sheridan, Indiana 46069
United States

Synopsis: Added: Nov 01, 2017 2:55 pm The USDA, Agricultural Research Service (ARS), U.S. Meat Animal Research Center (USMARC) requires a company to provide a swine premix and periodic review of performance of rations while meeting the research requirements. See attached specifications. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-24), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 311119. The Solicitation number AG6538180008 is issued as a Request for Quotation (RFQ). The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order.

SAM: Vendor must be registered in the System for Award Management prior to the award of the contract. You may register by going to www.sam.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information.
PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card.

This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


EVALUATION FACTORS FOR AWARD
1. Past Performance -
Quotes will be evaluated based on the offeror"s past performance as provided by the offeror"s references.
2. Product Quality-
The Government will evaluate the product quality of the offeror"s product
3. Price-
The quoted price is fair and reasonable.
NOTE:
All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation 2, 1, 3.


The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government.


All sources wishing to provide a quotation must respond by 2:00 PM, November 10, 2017 Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC Donita Furman, Purchasing Agent, 402-762-4145. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the company"s capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation.
Invoices must be submitted into the Invoice Processing Platform (IPP). IPP is a government-wide secure web-based payment information service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury"s Financial Management Service (FMS).


One-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. The first email will have the IPP Logon ID and link to the IPP application. A second e-mail, containing the password will be sent within 24 hours. Once you receive these emails, please login to the IPP application and complete the registration process.
Benefits of registering with IPP include the ability for your company to create invoices directly from a contract award and submit them electronically, as well as:
· e-mail notification when invoice(s) are paid
· online payment history
· remittance download


The e-mail notification of payment is sent when a payment is distributed to your bank account and will include all pertinent payment information.


The IPP Customer Support Desk is available to assist users Monday through Friday (excluding bank holidays) from 8:00AM - 6:00PM ET, including answering any questions related to accessing IPP or completing the registration process. Their toll-free number is 1-866-973-3131 2


or they can be reached at: [email protected]. If you have any questions or concerns, please contact the Controller Operations Division Help Desk at: 1-877-243-3072 or [email protected].


The successful vendor must be enrolled in IPP to submit invoices and receive payment. If the successful vendor firm is already enrolled in IPP invoices are to be submitted under the vendors existing IPP enrollment.




Applicable Provisions: 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 52.209-6 Protecting the Government"s Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 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 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 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 52.225-13 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-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.




Please consult the list of

document viewers if you cannot open a file. RFQ Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: RFQ

Posted Date: November 1, 2017



SF18-Swine_premix.pdf (1015.04 Kb) Description: request for quotation

Bid_for_swine_nutrition_product_and_services.docx (12.73 Kb) Description: specifications



Place of Performance: State Spur 18D Bldg 1
Clay Center, Nebraska 68933
United States


Primary Point of Contact.: Donita J. Furman

[email protected] Phone: 402-762-4145 Fax: 402-762-4148

Secondary Point of Contact: Dan Kinney

[email protected] Phone: 402-762-4147 Fax: 402-762-4148