Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2006 FBO #1601
SPECIAL NOTICE

99 -- Promotional Items

Notice Date
4/13/2006
 
Notice Type
Special Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APLPPAXX-0002-6
 
Response Due
4/27/2006
 
Archive Date
5/12/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS) and LPA PA, 4700 River Road, Cubicle 2b-03. 10, Unit 51, Riverdale, MD, have a requirement to purchase promotional items. (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: proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is APLPPAXX-0002-6 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 Regulations (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 solicitation is a small business set-aside. The associated North American Industry Classification System (NAICS) code is 339999; business size standard in number of employees is 500 employees. (v) (vi) This requirement consists of eight (8) line items as follows (each item must be printed with the appropriate graphics from the attached design copies: (1) 40,000 ea Palm Pencil Sharpener (1-color imprint) (2) 40,000 ea Round Eraser (1-color imprint) (3) 40,000 ea Aloe Lip Balm (4-color process imprint) (4) 40,000 ea Memo Board 8.5"x5.5" Dry Erase Board (1color imprint) (5) 40,000 ea Email Letter Opener (1 color imprint) (6) 40,000 ea 2oz Travel Hand Sanitizer (4 color process imprint) (7) 40,000 ea Dye Sublimated Mouse Pad (4cp imprint) (8) 40,000 ea Carabiner Key holder 1-color/2-side imprint It is anticipated that a firm-fixed price purchase order will be awarded. The Government may issue a multiple award to responsible offerors (may award individual line items to individual vendors); price and other factors will be considered. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizipps.gov. (vii) Deliverables and acceptance of deliverables will be F.O.B. at the (25) delivery drop points shown on the attached distribution list. Applicable FAR clauses are incorporated by reference: (viii) 52.212-1 Instructions to Offerers - commercial Items (01/04); (ix) 52.212-2 Evaluation - Commercial Items (01/99). The following text is added to Paragraph (a) of FAR 52.212-2: The following factors will be used to evaluate offers: technically acceptable and price, both having approximately equal importance in the award decision. (x) 52.212-3 Offerers Representations and Certifications - Commercial Items (01/04) THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (03/04); (xiii) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (10/03). Reference FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities (02/99); 52.232-30 Installment Payments on Commercial Items (10/95); 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.225-13 Restrictions on Certain Foreign Purchases (12/03); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.219-6 Notice of Total Small Business Set-Aside (06-03) (15 U.S.C. 644); 52.222-19 Child Labor. Cooperation with Authorities and Remedies (06-04) (E.O. 13126); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(12/01) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (01/05). (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Number Note 1 applies to this acquisition. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration (CCR) System before they can be awarded contracts. Vendors may register with CCR online at www.ccr.gov or by calling 1-800-324-3414. Offers must include tax payer federal identification number, DUNS number, and business size. All responsible sources may submit a quotation for consideration. (xvi) QUOTATIONS ARE DUE Thursday April 27, 2006, by 4:00 p.m. central standard time (cst). (xvii) Submit faxed quotation to the Purchasing Section, at (612)370-2136 attention Sheree Johnson, WITH SIGNED ORIGINAL FORWARDED BY MAIL TO: USDA APHIS Purchasing, Attn: Sheree Johnson, Butler Square 5th floor, 100 North Sixth Street, Minneapolis, MN 55403. Attachments: addendum II, design copies and distribution (ship to) list.
 
Place of Performance
Address: 4700 River Road, Cubicle 2B-03. 10, Unit 51, Riverdale, MD
Zip Code: 20737
Country: USD
 
Record
SN01027274-W 20060415/060413220232 (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.