Swine Carcass Carts

Agency: AGRICULTURE, DEPARTMENT OF
State: Missouri
Type of Government: Federal
Category:
  • 37 - Agricultural Machinery and Equipment
Posted: Apr 25, 2024
Due: May 2, 2024
Solicitation No: 12639524Q0134
Publication URL: To access bid details, please log in.
Follow
Swine Carcass Carts
Active
Contract Opportunity
Notice ID
12639524Q0134
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office
MRPBS MINNEAPOLIS MN
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 24, 2024 09:04 pm EDT
  • Original Date Offers Due: May 02, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3730 - DAIRY, POULTRY, AND LIVESTOCK EQUIPMENT
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:
    Kansas City , MO 64147
    USA
Description

Combine Synopsis/Solicitation for Commercial Items



12639524Q0134- Swine Carcass Carts





1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.





2. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05.





3. This is a combined synopsis/solicitation for Swine Carcass Carts for The U.S. National Veterinary Stockpile (NVS). The government intends to award one firm-fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This procurement is set-aside for small business only. The associated North American Industrial Classification System (NAICS) code for this procurement is 333111, Farm Machinery and Equipment Manufacturing with a small business size standard of 1,250.





4. Supplies Required



Fourteen (14) Swine Carcass Carts



Fourteen (14) Flat Mount Pulley



Fourteen (14) Pulley Brackey



Fourteen (14) Cables



Fourteen (14) Clutch Handle Kit



Fourteen (14) RGB Touch Sensor Switch; 2 Color







5. Product Specifications



We have specific requirement for the specifications on these carts due to the harsh conditions and weight of animals. Please provide additional information If offering alternate options outside of the specifications listed below:





Specifications:





• Item 1: Pick up hearse includes 22 AH battery pack



• Model: HSPKSMFXX (or similar)



• Height: 3’6”



• Width: 1’8”



• Length: 3’7”



• Weight: 132 lb.



• Motor: 24 volt drive motor



• Speed: 3 mph forward, 1.6 mph backwards



• Warranty: 1 year



• Unit of Issue: EA (each)



• Items per UI: 1



• UI Required: 14







• Item 2: Aluminum footboard tag along cart for Pick Up Hearse



• Unit of Issue: EA (each)



• Items per UI: 1



• UI Required: 14





6. Delivery/ Packaging



FOB destination to:



APHIS Warehouse



3500 E 149th St



Suite 300



Kansas City, MO 64147





7. Award shall be made to the responsible quoter conforming to the solicitation and who will be most advantageous to the Government. The government will evaluate information based on the following evaluation criteria: (1) Technical Acceptability (2) Delivery and (3) price.





8. The following solicitation provisions apply to this acquisition:



52.204-7, System for Award Management (Oct 2018)



52.204-16, “Commercial and Government Entity Code Reporting” (Aug 2020)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) – Please fill out certification in attachment NDAA 889



52.212-1, Instructions to Offerors -- Commercial Items. (Jun 2020)



52.212-3, “Offeror Representations and Certifications -- Commercial Items” (Feb 2021) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal.





9. The following contract clauses apply to this acquisition:



52.204-13, System for Award Management Maintenance (OCT 2018)



52.204-18, “Commercial and Government Entity Code Maintenance” (Aug 2020)



52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)



52.212‐4, “Contract Terms and Conditions–Commercial Items” (Oct 2018)



52.232-40, “Providing Accelerated Payments to Small Business Subcontractors” Dec 2013





52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive



Orders” (Jan 2021)



The following subparagraphs of FAR 52.212‐5 are applicable:



(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note)



(8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note).



(14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).



(22) (i) 52.219-28, Post Award Small Business Program Rerepresentation (15 U.S.C. 632(a)(2)).



(26) 52.219-33, Nonmanufacturer Rule (15U.S.C. 637(a)(17)).



(27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).



(28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126).



(30)(i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).



(32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).



(35) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).



(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).



(48) 52.225-1, Buy American-Supplies (Jan2021) (41 U.S.C. chapter 83).



(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



(58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332).





10. All quoters shall submit the following:




  • Quote – Please include shipping cost and delivery lead time

  • Specifications of trailer being offered

  • SAM Registration Information/DUNS number

  • Filled out 52.204-24 Certification (NDAA 889) found in attachment.





11. Submission shall be EMAILED ONLY to Linda W. Washington, the Contract Specialist, at linda.w.washington@usda.gov. Quotes are due no later than May 2, 2024 at 1 pm eastern standard time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212‐1(f). Any questions or concerns regarding this solicitation should be forwarded in writing ONLY via e‐mail to Linda W. Washington, the contract specialist.






Attachments/Links
Contact Information
Contracting Office Address
  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2024 09:04 pm EDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

LU24001 15 Feb 2024 31 Dec 2024 Small Ruminant and Meat Processing Facility

Lincoln University

Bid Due: 12/31/2024

Follow USACE St. Louis District - Procurement Integrated Enterprise Environment (PIEE) Solicitation Module

Federal Agency

Bid Due: 9/30/2024

IFB 2024-04-1926-MH Queeny Park Hawk Ridge Trail Bridge Replacement IFB 2024-04-1926-MH Queeny Park

St. Louis County

Bid Due: 5/07/2024

Produce 2024-2025 RFP RFP produce 24-25.pdf 1.2 MB (Last Modified on Wednesday at

Fox C-6 School District

Bid Due: 5/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.