Chicken Cages
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 announce... 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 12405B19-967996 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 333111 (Farm Machinery And Equipment Manufacturing), with a small business size standard of 1250 Employees. Specifications: With the following minimum specifications: STATEMENT OF WORK Specifications To acquire: 2 Tier Stacked Rooster Rearing Battery Cages. 50' cage row length, 3 rows. Number of cages 240, with manure belt cleaning. Specification as follows: Cage Dimensions: • 30" (W) x 24" (H) x 26" (Depth) • Door 8.755" (H) x 14" (W) • Cage Area 780 sq. in. Cage Mesh: • 1" x 1" floor mesh 12.5-gauge black PVC coated wire mesh • 1" x 1" dividers and backs 14-gauge black PVC coated wire mesh Rearing Cages - 2 Start Tiers • 10' cage row sections with legs every 5' • adjustable feet are used for cage leveling - plus or minus 1.5" • two sets of interlocking sliding doors - one standard set with standard wire spacing for day old chicks and one special set for more mature roosters (as supplied to USDA Michigan) • doors can be opened independently for easy access and visibility of the birds - one hand operation • cage fronts designed to meet the requirements of day-old chicks • 1" x 1" black PVC coated 12.5-gauge floors in both tiers • 1" x 1" black PVC coated 14-gauge cage backs and dividers in both tiers • 14 Gauge Galvanized steel step rail and brackets bolted to the cage leg below the bottom feed trough provides a step to view the upper tiers Feeding - Automatic chain feeding • FDI Pillar Feed Manifold - one common manifold supplies all levels of feed trough with feed • Feed drives use 1 motor and gear box to drive the feed chain on both tiers • A recycling wheel mixes uneaten feed with fresh feed during the feeding cycle • 10' lengths of peep hole feed trough, couplers, hangers, 90-degree corners, corner connecting trough and 2 ¾" INP feed chain - not included - to be used from existing cages • A starter feed plate (2" wider than the standard 4" wide plates) located on the cage floor behind the feed trough helps day old chicks locate feed in the feed trough Cage Manure Removal: • 48" polyethylene belt contains and transports the manure from each tier (Manure belt not included - to be re-used from existing pullet cages) • Drive units are designed to power manure belts in excess of 500' rows with minimal belt tension • The manure belt idler end incorporates an auger cleaner system powered by the idler roller which removes dirt and feathers from between manure belts Watering - "New" Valco Cup Watering • 4 nipple/cups per cage installed in the cage partition in a plastic partition liner for ease of adjustment • the height of the water nipple brackets are adjusted by means of a nylon cord at the front of the cage to easily match bird growth • This needs to include the removal of the existing FDI cages, and installation of the new cages. • This also needs to include the use of parts from the existing cages to the maximum extent possible. • The location is The Southeast Poultry Laboratory located at 950 College Station Road Athens, GA 30605. Delivery must state door to door to the following address: Southeast Poultry Laboratory 950 College Station Road Athens, GA 30605 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Service will begin as close to January 1st as possible, quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors 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 and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications 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; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; 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 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. 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. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than July 9, 2019, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday July 5, 2019. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »