Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SPECIAL NOTICE

80 -- Cattle and Swine Backtag Cement

Notice Date
12/2/2005
 
Notice Type
Special Notice
 
NAICS
325520 — Adhesive 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
APVSRMWH-0038-5
 
Response Due
12/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a Combined Synopsis/Solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will NOT be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract. Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation request for quotation (RFQ), APVSRMWH-0038-5, is issued as total small business set-aside. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text (iv) The NAICS code is 325520 and size standard is 500 employees. (v) This combined synopsis/solicitation contains 2 contract line item numbers (CLIN): CLIN 0001, for the purchase of 480,000 ounces of cattle and swine backtag cement; Option CLIN 0002, Option to purchase 480,000 ounces of cattle and swine backtag cement; Note to offerors: CLIN 0002 is an optional line item which may be exercised, per FAR 52.217-7 listed below, multiple times during the course of the awarded contract up to the total contract not to exceed level of 2,400,000 ounces of cement. The Government, in accordance with FAR 52.216-27, may award multiple contracts resulting from this solicitation to the responsible offerors whose offers conform to the solicitation and are advantageous to the Government, price and other factors considered. Note to offerors: VS is required to award its immediate need to a pre-approved products manufacturer or a distributor of a pre-approved manufacturer?s product. Cement samples from various manufacturers have been tested by VS in order to determine the adhesive capabilities and pliability in relation to their use in animal identification testing programs in locations throughout the United States. The cement of the manufacturers listed herein will be the only cement accepted under this solicitation and any resultant Purchase Order made. No changes to the specifications shall be made by the manufacturer without approval from the USDA, VS, Riverdale Maryland. Cement furnished under this solicitation shall be either one of the product numbers listed below and come from either one of the respective approved manufacturers: H.B. Fuller product number SC 639 or W.J. Ruscoe product number 3654. The address of the respective approved manufacturers is the following: H. B. Fuller / 3530 North Lexington Ave. / St. Paul, MN 55112; W. J. Ruscoe / 485 Kenmore Blvd. / Akron, OH 44301. Offerors shall indicate below the product to be furnished under this contract and the manufacturer: Manufacturer _________________________: Product No. ________________________ . Offeror shall state weekly production capacity and proposed tube weight capacity, of which shall be between 5 and 8 ounces ______________________________________. Note to offerors: Any vendor who wishes to offer cement not included in the above list is encouraged to submit a product sample for testing under a separate solicitation for a base with four option year cement requirements to be solicited on or about December 14th. Offeror to provide pricing on CLIN 0001 and CLIN 0002 in accordance with section (vi) of this combined synopsis. (vi) The minimum requirements/specifications for the cattle and swine backtag cement are as follows: Must be either H.B. Fuller product number SC 639 or W.J. Ruscoe product number 3654: DELIVERY: CLIN 0001 shall be delivered by January 26, 2006 to the address listed in Section (vii). Delivery of optional line item, CLIN 0002, shall occur per a delivery order authorized by a Government contracting officer. The not to exceed limit for this contract is 2,400,000 ounces of cement. Note to offeror: Offerors may propose alternate delivery schedule in accordance with FAR 52.212(e). TUBE SPECIFICATIONS: The tubes furnished shall be aluminum or plastic, of sufficient strength so it will not rupture from hand pressure during application and have a minimum capacity of 5 fluid ounces and a maximum capacity of 8 fluid ounces. It shall have a tip with an emission orifice sized to freely apply the cement. A sealed opening designed to prevent leaking during filling, shipment storage and reshipment shall be used. This shall be easily removed without the need for additional supplies or equipment at the time of use. A corresponding threaded cap shall be furnished to seal tight the tip end of the tube. TUBE SHALL NOT LEAK DURING SHIPMENT STORAGE OR RESHIPMENT. TUBES SHALL BE MARKED BY DATE OR BATCH/LOT NUMBER. These tubes shall state minimum and maximum storage temperature. Adhesives must be packaged in containers bearing the manufacturer?s and/or packager?s label. In past procurements the Government has accepted 5 ounce tubes, however, per FAR 52.212-1(e) offeror may provide alternate proposals for Government consideration. MATERIAL SAFETY AND DATA SHEET: Offeror shall submit the Material Safety and Data Sheet for each case of glue to be provided under this contract. PACKAGING AND MARKING: The method of packing the cement into the containers shall insure a maximum retention of the adhesive qualities. The cement shall be a quick grab adhesive with such consistency that when used in a tube it will not dispense until pressure is applied to the tube. During the shelf life of the cement, the pigment shall not separate and harden and thereby prevent the cement from being dispensed from the tube. The minimum shelf life of the cement shall be twelve months, beginning from the date of shipment. In past procurements, the Government has accepted 5 ounce aluminum tubes packaged as follows: 24 tubes per box where 4 boxes fit in one case. The intermediate boxes (which stored 24 tubes) had, and if proposed under this current solicitation, shall have a burst strength of a minimum of 200 pounds. The master case (which stored 4 boxes x 24 tubes) had, and, if proposed under this current solicitation, shall have a minimum burst strength of 350 pounds. Offerors proposing alternate packaging shall describe their alternate packaging proposal in their offer. Regardless of proposed packaging, offerors shall comply with UPS or respective delivery entity packaging requirements. See Packaging and Marking Instruction Attachment. SPECIAL MARKING - National Stock Numbers: National Stock No.: Z888-00-000-0001: All cases and shipments shall comply with all Department of Transportation (DOT) regulations which shall include being marked and shipped as ORM-D (Ref. 49-173.150). The marking shall be on each case so that the Government can reship without any additional marking. The tubes shall be marked with the minimum actual shelf life, which shall be a minimum of 12 months from date of shipment. Each quote at a minimum must meet the technical specifications listed in section (vi) in order to be technically acceptable. (vii) Deliverables and acceptance of deliverables will be FOB destination, USDA, APHIS / National Logistics Supply Center / 1510 East Bannister Road / Kansas / City, MO 64131-3009. The estimated completion date for this requirement is April of 2006. (viii) The following FAR provisions and clauses are incorporated by reference and can be found in full text at www.arnet.gov/far: 52.212-1 Instructions to Offerors - Commercial Items. (ix) 52.212-2 Evaluation--Commercial Items; where the following text shall be added to paragraph (a) of the provision: The following factors shall be used to evaluate offers: technical capability, past performance and price. The following technical factors shall be used to evaluate offers: delivery time and packaging. The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be advantageous to the Government, price and other factors considered. Additional guidance on price is provided under 52.212-1 section (g). (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. (xi) The clause at 52.212-4, Contract Terms and Conditions?Commercial Items applies to this acquisition as do the addenda attachments. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) The following additional FAR clauses are applicable to the acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.216-27 -- Single or Multiple Awards. 52.217-7 Option for Increased Quantity-Separately Priced Line Item. (Mar 1989) wherein the following shall be inserted into the clause: The Contracting Officer may exercise the option by written notice to the Contractor up to 72 hours after either the CO has verbally exercised the respective option; 52.219-8 -- Utilization of Small Business Concerns. (May 2004); 52.222-3 -- Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26 Equal Opportunity; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 -- Affirmative Action for Workers With Disabilities; 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-5 ? Trade Agreements; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 ? Payment by Electronic Funds Transfer--Central Contractor Registration; 52.232-38, Submission of Electronic Funds Transfer Information with Offer; 52.233-3 Protest After Award; AGAR 452.247-71 MARKING DELIVERABLES (FEB 1988): (a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (b) Mark deliverables, except for reports, for: See Sample Figures attached AGAR 452.247-72 PACKING FOR DOMESTIC SHIPMENT (FEB 1988): Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commision regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Quotes are due December 9, 2005 by 2:30 p.m. CST. All quotes must be signed. Quotes may be faxed to (612) 336-3206, Attn: Jose-Luis Gallagher with signed original forwarded by mail to: USDA, APHIS, MRP-BS, ASD, Contracting Butler Square, 5th Floor, 100 N. Sixth Street, Attn: Jose-Luis Gallagher, Minneapolis, MN 55403. Quotes can be e-mailed to jose.l.gallagher@usda.gov. A complete quote will consist of: (1) Price for CLIN 0001 through CLIN 0002 (2) Signature on the page that lists the price (3) Narrative addressing how the proposed cement meets the minimum requirements/specifications stated in section (vi) of this combined synopsis (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: jose.l.gallagher@usda.gov. Potential offerors must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Record
SN00943529-W 20051204/051202211757 (fbodaily.com)
 
Source
FedBizOpps 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.