Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SPECIAL NOTICE

95 -- Emergence Boxes, Racks, and Trays

Notice Date
8/26/2005
 
Notice Type
Special Notice
 
NAICS
332322 — Sheet Metal Work 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
060-M-APHIS-05
 
Response Due
9/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(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. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 332322. The small business size standard is 500 employees, or less. (iii) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Pink Bollworm Rearing Facility (PBWRF) which is responsible for the rearing and production of the Pink Bollworm. The production equipment listed below is used for the rearing and production process of the Pink Bollworm. (iv) The reference number for this effort is 60-M-APHIS-05 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) 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://www.arnet.gov/far/ (vi) REQUIREMENTS AND QUANTITIES: This requirement consists of three (3) line items: CLIN 01-Four hundred ninety-two (492) Adult Emergence Boxes - see attachments 1, 2, and 3. CLIN 02- One hundred sixty-four (164) Emergence Racks ? see attachments 4 and 5. CLIN 03-Two thousand nine hundred fifty-two (2,952) Aluminum Trays ? see attachment 6. The Contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation and in the attachments. (vii) In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. (viii) The PERIOD OF PERFORMANCE for this contract is from September 29, 2005 or date of award whichever is later, through February 28, 2006. (ix) TECHNICAL SPECIFICATIONS: Each quote at a minimum must meet the technical specifications as follows in order to be technically acceptable: Adult Emergence Boxes contains two parts; a box and a lid. The box needs to be constructed of 22 gauge galvanized sheet metal. See the attached drawings, Box Top View Attachment 1 and Box Side View Attachment 2, for the specific dimensions required for the box and for further clarification on the required specifications. All exposed edges are to be rolled ? inch. All seams must be airtight. Six tray guides 1 inch x 1 inch x 18 inches on each side of the box, see attachments 1 and 2, all exposed tray guide edges will be rolled ? inch. There are two ? inch by ? inch steel stiffeners per box. One trunk latch per side spaced and fastened by welding so that when the door is secured it will form an airtight seal. The neoprene gasket will be furnished by Government. The Government will furnish a plastic tee for use in sizing the cylindrical coupling on the nose of the box; the coupling must make a tight seal when inserted into the tee. Each lid needs to be constructed of 22 gauge galvanized sheet metal. See the attached drawings, Lid View Attachment 3 for the specific dimensions required for the lid and for further clarification on the required specifications. Doors must be interchangeable between boxes. The channel in the lid will hold a ? inch by ? inch neoprene gasket, which will be furnished and installed by the Government. There will be one welding trunk latch book per side as indicated on the drawing. The Emergence Racks need to be constructed of 0.65 mild steel and painted with white enamel paint. See the attached drawings, Emergence Rack Front View Attachment 4 and Emergence Rack Side View Attachment 5 for the specific dimensions required for the emergence rack and for further clarification on the required specifications. The dimensions are 22 inches wide x 22 inches long x 65 inches height to the top of the open ends. The height of the first tier is 15 ? inches. The height of the second tier is 37 ? inches. The height of the third tier is 59 ? inches. Each cart will have four 3 ? inch swivel tube mounted Colson casters or an equivalent caster product. The Colson caster Model# 2.03267.95. The pipe adapter for that caster, Model# 6654 will fit a 1" square steel tube .065 ID. The tubing is mild steel of .065 1 inch x 1 inch. All open ends will be capped. The angle iron used is 1/8 inch x 1 ? inch x 1 ? inch. The Aluminum Trays need to be constructed of 0.032 thickness 5052 aluminum drawing. See the attached drawings, Adult Emergence Tray View Attachment 6 for the specific dimensions required for the tray and for further clarification on the required specifications. The dimensions of the tray are 17 ? inch length x 17 ? inches width x 1 ? inch deep. All corners will be riveted with aluminum rivets. The edge will have a ? inch hem seam folded inside. The tray will be ? inch high. Diagrams outlining the measurements and specifications for each line item are attached to this combined synopsis/solicitation, and it is imperative you consult the drawings for a detailed description of the specifications. (x) DELIVERY OF LINE ITEMS: Deliverables and acceptance of deliverables will be FOB destination, at USDA, APHIS, PPQ, PBWRF, 3645 East Chipman Road, Phoenix, AZ 85040. The offerors price must include shipping to the FOB destination. The contractor shall provide delivery of all the line items by January 30, 2006. (xi) CONTRACTOR STORAGE OF EQUIPMENT: The contractor will be responsible for storage of the line items until the items are delivered to the PBWRF. (xii) SAMPLES TESTING BY THE GOVERNMENT: FAR clause 52.209-4-First Article Approval ?Government Testing applies to this acquisition. Within 30 days after award of the contract, the contractor must deliver one unit of each awarded line item, CLIN 01 ? 03, for inspection and acceptance to the USDA, APHIS, PPQ, PBWRF, located at the address above. The item(s) must be approved and accepted by the USDA, APHIS, PPQ, PBWRF personnel prior to beginning work on the remaining items. Approval is contingent on the article meeting the specifications outlined above. Within 10 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing of the conditional approval or disapproval of the first article. After award of the contract the Government will provide on request examples of each line item for inspection and construction details. (xiii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiv) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. 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. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price and past performance. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm?s record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three (3) references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xvi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvii) 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: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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; 52.225-13, 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. (xviii) The clause at 52.209-4 First Article Approval ? Government Testing applies to this acquisition. (xix) The provision 52.211-6 Name Brand or Equal applies to this acquisition.(xx) 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, September 8, 2005. Faxed quotes are acceptable. (xxi) 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. (xxii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLINS 01- 03 which provides the price per unit. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative addressing how the emergence racks, aluminum trays, and emergence boxes meet the requirements / specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Place of Performance
Address: USDA, APHIS, PPQ, PBWRF, 3645 East Chipman Road, Phoenix, AZ
Zip Code: 85040
 
Record
SN00880245-W 20050828/050826211733 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.