Federal Bid

Last Updated on 20 Apr 2021 at 1 PM
Combined Synopsis/Solicitation
Minneapolis Minnesota

Wolf capture, investigation and training services

Solicitation ID 12639521Q0110
Posted Date 20 Apr 2021 at 1 PM
Archive Date 22 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Aphis Mrpbs
Agency Department Of Agriculture
Location Minneapolis Minnesota United states 55401


 

The purpose of amendment 01 is to extend the quote due date from April 16, 2021 to May 7, 2021.

1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12 and Part 13 and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.  This combined synopsis/solicitation will result in a firm fixed price IDIQ commercial service contract.

2. The solicitation number for this effort is 12639521Q0110 and this combined synopsis/solicitation is issued as a request for quotation (RFQ).

3. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/

4. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13.  This requirement is being offered as a Small Business Set-Aside. The NAICS code is 114210.  The small business size standard is $6 million.

5. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS) in support of wolf capture, depredation investigation and training services in Northern Wisconsin

  

6. REQUIREMENTS AND QUANTITIESSee attached schedule, statement of work and additional clauses.

7.  The period of performance will be 5 years.

8. The provision at 52.212-1 Instructions to Offerors – Commercial Items (Jun 2020) applies to this solicitation.

9. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered.   The following factors shall be used to evaluate offers: Price, Technical capability (such as experience with wolf capture, depredation investigation and training) and Past performance.

10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items (Feb 2021) applies to this solicitation. The contractor shall 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.

11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) applies to this acquisition.

12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders (Mar 2016) Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition;

(4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).

(8) 52.209-6, Protecting the Government’ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note).

(10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111- 117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).

(14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).

(16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)).

(19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).

(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).

(27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).

(28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

(29) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).

(30) 52.222-36,  Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).

(31) 52.222-37, Employment Reports on Veterans (Sep 2010) (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 (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

(34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

(40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).

(47) 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).

(50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332).

(2) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

(4) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.).

13. To be awarded this contract, the offeror must be registered in SAM.gov.  SAM.gov information may be found at http://www.SAM.gov.

14. Quotes may be sent via e-mail to [email protected] by 01:30 PM CST,  May 07, 2021.  The point of contact for this combined synopsis solicitation is Jason Wilking who may be reached at [email protected].

  1. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING:
    a. A completed pricing schedule.
    b. Past performance references for projects like the work required in this contract.  References must include contact name, phone number, e-mail address, and a description of the work.
    c. Contractor must provide technical capability information including:
                    Experience capturing gray wolves for research or conflict management.
                    Experience with wolf depredations investigations for livestock and pets.
                    Experience with non-lethal wolf conflict abatement techniques.
                    Experience in demonstrating trapping, immobilization, collaring and non-lethal abatement.
                   
    d. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in SAM.gov. 
Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Aug 2019 at 12 AM
Mark Illinois 06 Mar 2019 at 12 AM
Port angeles Washington 24 Aug 2020 at 6 PM

Similar Opportunities

Location Unknown 15 Jul 2025 at 4 AM
Ashburn Virginia 16 Jul 2025 at 4 AM (estimated)
Saint inigoes Maryland 30 Jul 2025 at 4 PM
Chula vista California 30 Jul 2025 at 6 PM
Boston Massachusetts 31 Jul 2025 at 4 PM