Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2005 FBO #1385
SOLICITATION NOTICE

66 -- FURNISH AND DELIVER PIT TAGS

Notice Date
9/9/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
32-315-05
 
Response Due
9/20/2005
 
Archive Date
12/30/2005
 
Description
The USDA, Agricultural Research Service (ARS) requires the Contractor to provide all labor, equipment, materials, tools, assembly and supervision to furnish and deliver Implantable Cylindrical Passive Integrated Transponder (PIT) tags to the USDA, ARS, NCWMAC facility located in Franklin, Maine in accordance with the terms, conditions, and specifications contained in this document. Prices are being requested and a written solicitation has been issued. The Solicitation number 32-3615-05 is issued as a Request For Quotation (RFQ). A copy of the solicitation will also be available on the website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This procurement is unrestricted. The NAICS is 334220 with a size standard of 750 employees. This requirement is subject to availability of funding. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. SCHEDULE OF ITEMS - The Contractor shall furnish and deliver the following: ITEM NO. 01A, Implantable Cylindrical Passive Integrated Transponder (PIT) Tags, QTY.: 10,000 EA, UNIT PRICE $ , AMOUNT:$ . ITEM NO. 01B, Shipping, QTY.: 1 JB, UNIT PRICE: $______ , AMOUNT: $______. ALL THIS FOR A TOTAL OF $ __ . OPTIONS: ITEM 01C, Implantable Cylindrical Passive Integrated Transponder (PIT) Tags, QTY.: 2,000 EA, UNIT PRICE $ , AMOUNT:$ . ITEM NO. 01D, Shipping, QTY.: 1 JB, UNIT PRICE: $____, AMOUNT: $______. TEM 01E, Implantable Cylindrical Passive Integrated Transponder (PIT) Tags, QTY.: 6,000 EA, UNIT PRICE $ , AMOUNT:$ . ITEM NO. 01F, Shipping, QTY.: 1 JB, UNIT PRICE: $____, AMOUNT: $______. ITEM 01G, Implantable Cylindrical Passive Integrated Transponder (PIT) Tags, QTY.: 10,000 EA, UNIT PRICE $ , AMOUNT:$ . ITEM NO. 01H, Shipping, QTY.: 1 JB, UNIT PRICE: $____, AMOUNT: $______. ITEM 01I, Implantable Cylindrical Passive Integrated Transponder (PIT) Tags, QTY.: 50,000 EA, UNIT PRICE $ , AMOUNT:$ . ITEM NO. 01J, Shipping, QTY.: 1 JB, UNIT PRICE: $____, AMOUNT: $______. NOTE: The Contractor shall also identify bulk pricing and discounts for purchasing additional quantities for items 01C through 01J. The Government reserves the right to purchase additional quantities on any line item, pending availability of funding. All supplies shall be fabricated with new materials. Used materials are unacceptable. TECHNICAL SPECIFICATIONS - Implantable Cylindrical Passive Integrated Transponder (PIT) Tags which meet the following minimum specifications: 1. Must be ISO 11784/11785 compliant. 2. Glass encapsulation suited for use in high humidity environments. 3. Suitable for insertion into pre-drilled (or cut) holes or use with scalpel incision. 4. 134.2 kHz frequency with 15 numeric character code. 5. EID-ID62A Micro Transponder or equivalent in accordance with BRAND NAME OR EQUAL Clause 52.211-6. 6. Approximate dimensions 2.2 x 11.5 mm or 2.1 x 12 mm. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, and 1194.25 applies to each item. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g., schedule attachment, vendor?s website or other readily available location (specify). All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: http://www.section508.gov/, then go to 508 Law. All supplies must be ?Year 2000 Compliant?. CONTRACTOR?S BRAND NAME AND INFORMATION - Offeror's are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION; BRAND NAME; MAKE/MODEL. (Continue on a separate sheet.) 52.214-21 DESCRIPTIVE LITERATURE - The Contractor shall provide one set of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. DELIVERABLES - The Contractor shall furnish and deliver the items listed in the Schedule within thirty (30) days after receipt of the purchase order. Deliveries shall be made (F.O.B. Destination) to the USDA, ARS, National Cold Water Marine Aquaculture Center (NCWMAC), 33 Salmon Farm Road, Franklin, ME 04634. The item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding Federal holidays. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the materials and equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DOCUMENTATION - The Contractor shall provide one (1) copy of the operating instructions upon delivery of the supplies. All documentation shall identify the purchase order number on the label. Final payment shall not be made unless and until the supplies and documentation have been fully accepted by the TR. WARRANTY - The Contractor shall provide a standard commercial warranty on the supplies included in the price. The period of the warranty shall begin upon acceptance by the Government. The Contractor shall provide a copy of the warranty for each item with their offer. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (TR) at the time of contract award. The TR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which are issued by the TR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the TR requests efforts outside the scope of the purchase order, the Contractor should so advise the TR. If the TR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. ADDITIONAL QUOTATION INFORMATION - 1. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. 2. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents 4. OFFERS MAY BE FAXED TO (215) 233-6558 in accordance with FAR Clause 52.214-31 (SEE Sections D.2 and D.3) OFFERS SENT BY E-MAIL ARE NOT ACCEPTABLE. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition and is amended as follows: 1. Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), the Schedule of Items (A.2), Section 508 Accessibility Compliance Clause (A.4), Year 2000 Compliance Clause (A.5), Contractor's Brand Name and Information (A.6); Descriptive Literature and price list (A.7); Warranty (A.10); Other Offeror's Information (D.2.), Evaluation Information (D.4), Pricing data (D.7), and the Certifications at FAR 52.212-3 (D.8) to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 12 months from the date specified for receipt of offers. 3. OTHER OFFEROR'S INFORMATION - A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). All information shall be submitted to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 1997) ALTERNATE IV (OCT 1997)-(a) Submission of cost or pricing data is not required. (b) Provide information described below: 1.For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities. 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; 3. The offeror grants the Contracting Officer or an authorized representative that right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror?s determination of the prices to be offered in the catalog or marketplace. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph(a) of that provision: 1) Technical Capability, 2) Past Performance and 3) Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is technically acceptable, conforming to the solicitation and the lowest evaluated price. ADDENDA TO FAR CLAUSE 52.212-2 ? EVALUATION FACTORS FOR AWARD-FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. Listed below are all the factors that will be considered. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1. TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature, technical features, Catalog pricing sheets, warranty provisions. Each offeror is required to furnish information for each component. Documentation is to be furnished to show how the offered item is in compliance with the statement of work or how it meets/exceed each specification requirements. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer?s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor?s and Government Project Officers and Contracting Officers. 2. Contract number, type, and dollar value. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3) PRICE -Price includes all supplies, materials, labor, delivery and warranty costs, and discount terms. B) OPTIONS ? is amended to state that the Government will provide 24 hours notice when additional quantities are required. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). (a) The Technical Representative will inspect and accept the supplies to be provided under this contract. (b) Inspection and acceptance of the items shall be performed at the Delivery address. 2. Item (g) Invoice is amended to include the following: INVOICES - An original invoice shall be submitted after acceptance of all items and includes at a minimum the following information: 1. Name of business concern, invoice number and invoice date; 2. Tax Identification Number; 3. Contract number; 4. Description, price, and quantity of item(s) actually delivered; 5. Shipping and payment terms; 6. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. B. All invoices shall be submitted to: USDA, ARS, NAA, NCWMAC, University of Maine, Orono, ME 04469, ATTN.: S. Bartley. C. If order is paid by a Government Visa Credit Card, the Contractor shall provide a copy of the packing slip and a Visa charge receipt to the Cardholder. All information shall be submitted to: USDA, ARS, NAA CONTRACTING OFFICE, 600 E. MERMAID LANE, WYNDMOOR, PA 19038, ATTN.: Lisa Botella. D. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor?s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until items have been received and are accepted by the Technical Representative. 3. Item (h)-Patent indemnity is revised to include clause 52.227-3. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition for supplies: 52.203-6, 52.219.14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, 52.225-1, 52.225-3 (ALT I), 52.225-13, 52.225-15, 52.232-33, and 52.247-64. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html. 52.204-4, 42.211-6, 52.214-21, 52.214-31, 52.214-34, 52.214-35, 52.217-6, 52.217-7, 52.225-8, 52.227-3, 52.227-19, 52.232-18, 52.232-19, 52.242-17, 52.247-34, AGAR 452.204-70. Responses are due on SEPTEMBER 20, 2005 by 2:00 p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038 OR MAY BE FAXED TO (215) 233-6558.
 
Place of Performance
Address: USDA, ARS, National Cold Water Marine Aquaculture Center (NDWMAC), 33 Salmon Farm Road, Franklin, ME
Zip Code: 04634
Country: United States
 
Record
SN00891094-W 20050911/050909211743 (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.