6 Pregnant Gilts or Sows that are
• From a single source/farm and not be co-mingled with other swine during transport.
• Sound of foot
• Clinically healthy
• cannot be vaccinated for Bordetella bronchiseptica
• Source herd free of PRRSV and PRRSV antibody, no PRRSV vaccine used
• Must be free of reproductive disease
• Must have known breeding dates
Due to Farrow on 01/15/19-01/16/2019
Health papers
Pigs must arrive at NADC 1920 Dayton Ave, Ames IA 50010 01/04/2019
5 Pregnant Gilts or Sows that are
• From a single source/farm and not be co-mingled with other swine during transport.
• Sound of foot
• Clinically healthy
• Source herd free of PRRSV and PRRSV antibody, no PRRSV vaccine used
• Must be free of reproductive disease
• Must have known breeding dates
Due to Farrow end of January early February
Health papers
Pigs must arrive at NADC 1920 Dayton Ave, Ames IA 50010 01/04/2019
10 Pregnant Gilts or Sows that are
• From a single source/farm and not be co-mingled with other swine during transport.
• Sound of foot
• Clinically healthy
• Source herd free of PRRSV and PRRSV antibody, no PRRSV vaccine used
• Must be free of reproductive disease
• Must have known breeding dates
Due to Farrow end of 01/15/2019-01/16/19
Health papers
Pigs must arrive at NADC 1920 Dayton Ave, Ames IA 50010 01/04/2019
(vi) See the Statement of Work (SOW) in the attached addendum
(vii) Items shall be delivered at the USDA facility located at:
1920 Dayton Ave
Ames, IA 50010
(viii) The provision at 52.212-1 Instructions to Offerors - Commercial (Jan 2017) applies to this solicitation.
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. Evaluation of Best Value will be made in accordance with FAR Part 13 where price, technical capability, and past performance are the factors. Technical capability and Past performance are more important than Price.
(x) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items (Jan 2017) applies to this solicitation. The contractor shall be currently registered in SAM at www.sam.gov and, either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation.
(xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) applies to this acquisition.
(xii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Aug 2018), applies to this acquisition. See the attached addendum for the applicable FAR clauses identified in FAR 52.212-5 which are checked.
(xiii) Additional contract requirements, provisions, and clauses:
Additional provisions and clauses can be found in the addendum attached.
(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable.
(xv) Quotation packets are due no later than S
January 02, 2019 at 10:00am central time. Quotation packets, along with specifications and any supporting documentation shall be emailed to Sarah Schauf, Contracting Specialist, at [email protected].
(xvi) If you have questions regarding this solicitation please email [email protected].
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award offerors shall provide:
1) A quote on company or formal letterhead, complete with DUNS number, detailing the item description, cost per item, and total price.
2) Proof of an active SAM record (www.sam.gov).
3) Quotes must be valid for 60 days
REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.
NOTE: Guidance in this solicitation for actions within CCR and ORCA are now conducted through the Single Award Management system found at www.sam.gov. Vendors MUST have a record showing "Active" to be considered for award. No quotes will be considered from vendors lacking active SAM records.