Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2002 FBO #0074
SOLICITATION NOTICE

87 -- Authentic orange juice samples

Notice Date
2/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Customs Service (USCS), Field Procurement Services Branch, 6026 Lakeside Blvd., Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
CS-I-02-014
 
Response Due
3/19/2002
 
Archive Date
4/3/2002
 
Point of Contact
Clarence Abernathy, Contract Specialist, Phone 317-298-1180 x1206, Fax 317-298-1344, - Clarence Abernathy, Contract Specialist, Phone 317-298-1180 x1206, Fax 317-298-1344,
 
E-Mail Address
clarence.w.abernathy@customs.treas.gov, clarence.w.abernathy@customs.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
POC: Clarence Abernathy, 317-298-1180 x1206, Fax 317-298-1244, U.S. Customs Service, 6026 Lakeside Blvd., Indianapolis, IN 46278. Email: clarence.w.abernathy@customs.treas.gov This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be released. Proposals are being requested and a written solicitation will not be issued. Solicitation number CS-I-02-014 is issued as a request for proposal (RFP) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-03. The standard industrial classification code (SIC) is 111310. The small business size standard is 0.5 million in average annual receipts. This requirement will result in a firm fixed price contract. The following FAR clauses and provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items; 52.212-2, Evaluation?Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation, meets the technical requirements, delivery, and provides the overall most advantageous proposal to the Government, price and other factors considered. 52.212-3, Offeror Representations and Certifications--Commercial Items applies and offerors are advised to include a completed copy of this provision with their offer; This provision may be obatained by a request to the Contracting Officer; FAR 52.212-4, Contract Terms and Conditions?Commercial Items applies to the resultant contract along with FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following additional FAR clauses in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203.10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; and 52.225-3, Buy America Act?Supplies. The solicitation is 100% small business set-aside. Offers are due to the Contracting Officer on March 19, 2002, (not later than 3:00 p.m. local time), at the U.S. Customs Service, Field Procurement Services Branch, 6026 Lakeside Boulevard, Indianapolis, IN 46278. All responsible small business sources may submit a proposal which shall be considered by the agency. TECHNICAL & DELIVERY REQUIREMENTS: The U.S. Customs Service (USCS) has the need to acquire authentic orange juice concentrate samples from Florida and the countries of Brazil, Mexico, Costa Rica, Honduras, and Belize for research involving the country of origin of this commodity. The Office of Laboratories and Scientific Services of the USCS submits this notice for the collection of authentic orange juice concentrate samples from Florida and the above mentioned countries. Entities seeking this contract must be able to demonstrate experience and competency in performing the task outlined in the scope of work. The scope of work includes the following: 1. Collecting samples over a one-year period. Determining the various growing regions within each country and providing authentic samples from each region. At a minimum authentic samples will be collected from three locations in Florida, three locations in Brazil, one (preferably two) locations in Mexico, and one location in each of Costa Rica, Honduras, and Belize. The vendors are required to establish connections and permits from the various source countries. In addition the vendor shall Provide containers and shipping arrangements (including import requirements) from the country of origin to the U.S. Customs Laboratory in Savannah, GA. Samples shall be sent by overnight or express courier such as Federal Express or DHL. All samples must be shipped in such a manner that they are maintained and arrive in the Savannah Laboratory cold (less than 50 degrees F). Samples will be contained in plastic containers with leak-proof screw tops. Sample size will be a minimum of two liters contained in two one-liter size bottles. Vendor shall provide certified information of variety, process, and geographical area of each sample collected. Provide certified information of the date, time, location (town and production facility), name, address, and telephone number of individual(s) collecting each sample. Samples will be collected according to the following schedule: Florida 3 locations 1 sample from each location each month Dec-May Brazil 3 locations 1 sample from each location each month Jul-Dec Mexico 1-2 location 1 sample from each location each month Dec-May Costa Rica 1 location 1 sample each month Dec-May Honduras 1 location 1 sample each month Dec-May Belize 1 location 1 sample each month Dec-May Vendors shall provide the following information in the order stated below: 1. Technical approach for completing the SOW. 2. Specify staff that will complete the work with supporting background information. Specialized experience and technical competence. 3. List the same or similar project completed with references for U.S. Customs to contact. 4. Recommend or provide suggestions on how the test can be enhanced. Please respond to: U.S. Customs Service, Attention: Clarence Abernathy, 6026 Lakeside Blvd., Indianapolis, IN 46278. Your response is requested by March 19, 2002 at 3:00 p.m., Indianapolis, Indiana time.
 
Place of Performance
Address: U.S. Customs Service, Attn: Clarence Abernathy, 6026 Lakeside Boulevard, Indianpolis, IN 46278
Zip Code: 46278
Country: United States
 
Record
SN00025853-W 20020214/020212213320 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.