Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
MODIFICATION

79 -- Commercial Panel Washers w/Modifications

Notice Date
9/29/2004
 
Notice Type
Modification
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
SOL-032-M-APHIS-04
 
Response Due
10/24/2004
 
Archive Date
11/7/2004
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT IS TO EXTEND THE CLOSING DATE TO OCTOBER 24, 2004. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. (i) 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; quotations are being requested and a separate written request for quotation will not be issued. (ii) The reference number is 032-M-APHIS-04 and the solicitation is issued as a request for proposal (RFP). (iii) 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) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) This requirement is 100 % set aside for small business. The NAICS code for this effort is 335999, All Other Miscellaneous Electrical Equipment and Component Manufacturing. The small business size standard is no more than 500 employees. (v) This combined synopsis/solicitation contains 6 contract line item numbers (BASE: Line Item One 0001 ? Commercial panel washer, qty 2 EA, Line item 0002 ? Modifications to commercial panel washer in compliance with Statement of Work and 12 month maintenance agreement, Qty 1 Lump Sum. Line item 0003 ? Panel Washer specifications and drawings in accordance with Statement of Work, Qty 1 Lot. (vi) Inspection is at origin by Government. (vii) Delivery and acceptance of deliverables will be F.ob. destination to USDA Hawaii Fruit Fly Production facility, 41-650 Ahiki Street, Hawaii 96795. The period of performance under for requirement is from date of award through 190 days after award. Contractor shall propose milestones for individual deliverables identified in the Statement of Work. THE STATEMENT OF WORK WILL BE POSTED ON THIS WEBSITE FOLLOWING THIS POSTING.(viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Tradeoff). This acquisition will be conducted using the Test Program for Certain Commercial Items under FAR 13.5. A competitive award will be made to the responsible offeror who quote conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Capability: Panel washer?s suitability / likelihood of performing Statement of Work requirements and maintenance terms (See clause 52.212-1 (b) (4)); and (2) Past Performance (See clause 52.212-2 (b) (10); and (3) Price (See clause 52.212-1 (g)). None price related factors are significantly more important than price. In order to facilitate the Government?s evaluation of proposals, firms shall provide a written narrative addressing the evaluation factors listed above. Firms shall also provide a copy of the terms and conditions proposed for the warranty and maintenance provided with the panel washers. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition., 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; Convict Labor; 52.222-19, Child Labor ? Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, 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; 52.225-5, Trade Agreement; 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Commercial Vessels. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) No numbered notes apply. (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:00 pm local time on OCTOBER 24, 2004. Faxing or emailing quotes is acceptable. (xvii) The assigned Specialist is Margie Thorson. Ms. Thorson may be reached at marige.p.thorson@aphis.usda.gov, (612) 336-3209 or by fax, (612) 370-2106.
 
Place of Performance
Address: See Section (vi) and (vii) of description above
 
Record
SN00684138-W 20041001/040929211730 (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.