The RFP Database
New business relationships start here

Portable Cattle Corrals


Minnesota, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1. 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; proposals are being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

2. This solicitation 12639519Q0081 is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.


3. This is a combined synopsis/solicitation for Portable Cattle Corral as defined herein. The government intends to award a 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
The USDA APHIS Veterinary Services Field Operations Tick Program (FOTP) requires eight (8) Portable Corrals for the containment of both stray and producer owned cattle when dipping, examination, or other treatment is in progress, or when dealing with small numbers of animals in the large expanses of some Texas pastures and ranges. Stray livestock are gathered in remote areas with rough terrain requiring durable equipment for both operator and livestock safety that must also be capable of moving across the counties to various sites necessitating travel at freeway speeds. FOTP offices in several counties are in need of Portable Corrals.



5. Quantity Price (each) Total
ITEM 1: Portable Cattle Corrals 8


Estimated Delivery timeframe: ________________________


***Pricing shall include shipping cost.*** The specifications for a Portable Corral is below.


6. Product Specifications
The USDA requires Portable Corrals that meet the following minimum requirements:
- The Portable Corral shall be of a suitable size and configuration capable of confining approximately 40 head of cattle (See ATTACHMENT A and B)
- The Portable Corral shall come equipped with all lights, hookups, tires (including a spare) and other DOT required equipment to be safely towed at freeway speeds (Needs to have plug-in adapter to power lights from vehicle. Needs to be equipped with brake lights and turn signals), but also be capable of traveling over unimproved rural roadways and pastures to allow them to be set up at remote sites (torsion axle suspension).
- The Portable Corral will need an alley with a left hand manual scissors head catch. This is used to restrain livestock as needed.
- The Portable Corral shall have a rear ball hitch for towing an additional Panel Trailer when needed.
- The Portable Corral will carry nine (minimum) 14' X 6' cattle panels to create the temporary pens.
- The Portable Corral panels will be galvanized and painted (or powder-coated) 2" pipe with the capability to add additional panels to enlarge any of the pens (See ATTACHMENT C)


6. Delivery
The Portable Corral must be delivered in a fully functional state capable of traveling at freeway speeds. The Portable Corral shall be delivered with proper freeway tires including a spare tire, all operable DOT approved lights and towing attachments, and then be able to be set up for cattle operations on site.


FOB destination to: USDA APHIS VS, FOTP Webb County Office
7209 E. Saunders Ave. Suite #4, Laredo, TX 78740


Delivery by 09/30/2019


8. Award shall be made to the responsible quoter conforming to the solicitation and who will be most advantageous to the Government. Award will be made based on best value in accordance with FAR Part 13. The government will evaluate information based on the following evaluation criteria: (1) Technical Acceptability (3) Price and (2) Delivery time.


9. The following solicitation provisions apply to this acquisition:
52.204-16, "Commercial and Government Entity Code Reporting" (Jul 2016)
52.212-1, "Instructions to Offerors -- Commercial Items" (Oct 2018)
52.212-3, "Offeror Representations and Certifications -- Commercial Items" (Oct 2018) - 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.


10. The following contract clauses apply to this acquisition:
52.204-18, "Commercial and Government Entity Code Maintenance" (Jul 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 2019)
The following subparagraphs of FAR 52.212‐5 are applicable:
(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (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 (Oct 2015) (31 U.S.C. 6101 note).
(14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).
(16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
(22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
(25) 52.222-3, Convict Labor (June 2003) (E.O.11755).
(26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126).
(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).
(30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).
(31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
(33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).
(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
(43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
(44) 52.223-21, Foams (Jun2016) (E.O. 13693).
47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
(49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332).


11. All quoters shall submit the following: (1) Quote (2) Delivery time frame (3) Product specifications/literature (3) SAM Registration Information


12. Submission shall be EMAILED ONLY to Kimyen Tu, the Contract Specialist, at kimyen.n.tu@aphis.usda.gov. Quotes are due not later than March 26th, 2019 @ 12pm Central 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 Kimyen Tu, the contract specialist. **Quoter's are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Quoted price shall include all costs necessary to supply and deliver FOB Destination to the Laredo, Texas address.**


 


Kim Yen Nguyen Tu, Contracting Specialist, Phone 6123363602, Email kimyen.n.tu@aphis.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP