Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
MODIFICATION

87 -- Gypsy Moth Delta Traps

Notice Date
4/13/2005
 
Notice Type
Modification
 
NAICS
322222 — Coated and Laminated Paper 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
Reference-Number-APPQMBFM-0014-5
 
Response Due
4/15/2005
 
Archive Date
4/30/2005
 
Point of Contact
Corinne Nygren, Contract Specialist, Phone 6123363235, Fax 6123702106,
 
E-Mail Address
Corinne.M.Nygren@aphis.usda.gov
 
Description
THIS COMBINED SYNOPSIS/SOLICITATION IS BEING AMENDED TO CHANGE THE CLOSING DATE TO FRIDAY, APRIL 15, 2004 3:30 P.M. CST. (i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, 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. (ii) The reference number for this effort is APPQMBFM-0014-5 and the solicitation is issued as a request for quotation (RFQ). (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) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This requirement consists of three (3) line items: (1) Forty-thousand (40,000) Gypsy Moth Delta Traps – brown (2) One hundred-thousand (100,000) Gypsy Moth Delta Traps – green (3) Sixty-thousand (60,000) Gypsy Moth Delta Traps – orange The Delta Trap design is required in the three colors and quantities listed. (v) Deliverables and acceptance of deliverables will be FOB destination, at USDA Moore Air Base, 22675 N. Moorefield Road #6407, Edinburg, TX 78541. (vi) The traps awarded under this contract must be delivered to the destination no later than May 20, 2005. See attached document which describes the required packaging instructions. (vii) Each quote at a minimum must meet the technical specifications as follows in order to be technically acceptable: The traps shall be fabricated of hard sized, liquid packaging grade ˝ gallon milk carton paperboard stock .024 inch nominal thickness and polyethylene plastic-coated on both sides. Variance from nominal thickness no greater than +.002 will be tolerable. The coating is typically .0062” outside (=9 lbs. per 3,000 square ft.) and .0012” inside. It is essential that the traps described herein are capable of withstanding outside service for a period of 90 days without losing shape, curling, or degrading. The quality of the paperboard must meet industry standard milk carton grade or equivalent and must not leak exhibiting good liquid holdout capability, especially where edges and cuts are exposed. This is measured by a “paperboard test” which tests the sample paperboard against an international paperboard standard. The industry standard range of weight for water absorption should be 1.5% – 2%, and the percent of water absorbed in the sample paperboard should be equal to or less than the industry standard or not greater than 10% of the standard. The size, cutting, perforating, and precreasing shall be in accordance with the attached blueprint. Should the precreasing be directional, it should be done in such a manner that will assist in folding the traps into assembly. Precreasing shall be done in a manner that does not cut or otherwise damage the plastic coating. The trap interior color shall match the exterior. The process used to color the trap surfaces shall be resistant to fading and withstand exposure to sunlight for a period of 60 days without appreciable loss of color. A grid on inch squares shall be printed in white on the interior surfaces. The width of the grid lines shall be between 1/58th inch to 1/71th inch. The printing shall be waterproof, visible through the adhesive coating and unaffected by the adhesive coating. A uniform coating of insect adhesive shall be applied to the shaded panels/areas as indicated on the attached drawing. The amount of adhesive to be applied is ten (10) grams +/- gram. The adhesive shall be applied in a manner within dotted lines of the designated area as shown in the attached diagram, and applied in a manner which prevents disposition outside of the designated adhesive area, so when folded the adhesive stays within the adhesive panels only. Following application of the adhesive, each trap shall be prepared for storage by folding in a manner that aligned the inside surfaces to prevent the adhesive coated surfaces from contacting non-adhesive surfaces. As a result of PPQ service trials it has been determined that the only adhesives acceptable for use are: “Stickem Special Hold Fast Formula” or the “High Tack Formula” manufactured and distributed by: Seabright Enterprises, LTD, 4026 Harlan Street, Emeryville, CA 94608 or “Tangle Trap” manufactured by The Tangle Foot company, 314 Straight Avenue S.W., Grand Rapids, MI 49504. Alternative adhesive materials are prohibited. (viii) Contractors wishing to submit a bid for this RFQ need to submit a sample, shipped separate from the actual quote, to the USDA location listed below. Failure to submit a "Sample”, or failure of the bidders’ sample(s) to meet specifications, or submitting the actual bid (pricing) with the sample will render a bidder non-responsive and ineligible for award. The contractor sample(s) must include twelve (12) samples of each lot. If all the 200,000 traps provided for USDA purchase will be from more than one lot you will need to provide a sample of 12 traps from each lot. The sample(s) must be received at the following location by the date and time specified below for receipt of offers: USDA, APHIS, Plant Protection and Quarantine, Attention: Natalie Leva, Otis Plant Protection Center, Building 1398, Otis Air National Guard Base, MA 02542-5008. (ix) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the lowest price technically acceptable responsible bidder whose quote conforms to this solicitation. The traps will be evaluated for technical capability as described in (vii) above. Overall quality of the assembled trap will be evaluated. Testing will include industry standard procedures described by the Technical Association of Pulp and Paper Industry, Incorporated as Method T-491 OM-85 and other tests designed to evaluate sizing, tensile strength, liquid hold-out, and weatherability of the paperboard product used. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall return a completed copy of the Offeror Representations and Certifications with their quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) 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 in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-35 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-2 Buy American Certificate; 52.225-3 Buy American Act – North American Free Trade Agreement-Israeli Trade Act; 52.225-4 Buy American Act North American Free Trade Agreement-Israeli Trade Act Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:30 PM CST, April 15, 2005. Faxed quotes are acceptable. (xv) The assigned Contract Specialist is Ms. Corinne Nygren. Ms. Nygren may be reached at corinne.m.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 370-2106. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/APHIS/Contracting/Reference-Number-APPQMBFM-0014-5/listing.html)
 
Place of Performance
Address: USDA Moore Air Base 22675 N. Moorefield Road #6407 Edinburg, TX
Zip Code: 78541
Country: United States
 
Record
SN00787603-F 20050415/050413213908 (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.