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
SOLICITATION NOTICE

99 -- Industrial Aprons for FSIS Inspectors

Notice Date
4/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
315999 — Other Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Acquisitions and Agreements Section, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
FSIS-30-B-06
 
Response Due
5/3/2006
 
Archive Date
5/18/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 05-07(b). The solicitation number for this Request for Quote (RFQ) is FSIS-30-B-06. The NAICS code is 315999 and the small business size standard is 500 employees. The United States Department of Agriculture (USDA), Food Safety and Inspection Service (FSIS) has a requirement to purchase aprons to be delivered according to a set automatic delivery schedule. These aprons will be used by FSIS inspectors when performing food and meat inspections. This award will contain a base year and four (4) option years. The following is a list of features that the aprons must include: Brand name or equal Polyconversions DCG Apron brand, die-cut and grommet tie, 8 mil. (Item 48520). Minimum specifications include either urethane over nylon or Vinyl Replacement (VR) material, at least 6 mil, a width of 35?, length varying from 48-55?, and blue or white color. The apron samples will be evaluated by these rating factors: durability against tearing and cracking; flexibility when cold and wet; cleanliness after surface spraying with water; ease of putting on and taking off the apron; and resistance to chemicals, fats and oils. Each apron needs to include 3 laces and be individually wrapped, and all boxes and packing slips must be marked with ?FSIS-46?. If there is more than one box shipped to the warehouse, the packing slip must appear on the outside of one of the boxes in a Blister Pack or some type of protective cover. The total quantity estimated for each year is approximately 24,000. Contractor will make a shipment of 9,000 aprons no more than thirty (30) calendar days after receipt of the award. Contractor shall ship according to the auto-delivery schedule of 2,000 aprons to arrive at the destination by the fifth day of every month beginning in January 2007. The period of performance will begin at the date of the award through 12 months and each option year afterward. Contract line items are as follows: 1) Aprons as in accordance with Statement of Work; 2) Option Year 1; 3) Option Year 2; 4) Option Year 3; 5) Option Year 4. Place of delivery: Beltsville Service Center, 6351 Ammendale Road, Attn: Loading Dock, Beltsville, MD 20705. Deliveries shall be FOB Destination. FSIS plans on issuing a firm-fixed price award to the offeror that provides the best value. Along with pricing information, if quoting an equal product, the offeror shall provide three (3) sample aprons when submitting quote. If your company is capable of providing such an apron, offerors must submit: company information including tax identification number (TIN), DUNS number, remittance address, company representative?s name and contact information, company address, three (3) sample aprons ? only if quoting an equal product, pricing information, and a completed copy of FAR 52.212-3, Offeror Representation and Certification ? Commercial Items (Mar 2005). In addition, the Offeror is asked to provide references. The contractor shall provide a description of three (3) past contracts which are similar in scope to the tasks described in this solicitation. The contracts should be recent, within the past 5 years. The description should include: Name, address, and telephone number of the customer, Contract/Order Number, Period of Performance, Actual and Estimated Value of the Contract, Description of the work completed under the Contract. References will be contacted by the Government to obtain past performance information. All responsible sources that meet the size standard may submit a quotation that shall be considered by the agency if received timely. The due date for the submission of offers shall be no later than 3:00 P.M. ET May 3, 2006. The following clauses and provisions apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2006). FAR 52.212-2, Evaluation-Commercial Items (Jan 1999). The following factors will be used: technical capability of the item offered to meet the government?s requirement; price; and past performance. Technical and past performance when combined are significantly more important than price. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Sep 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb 2006) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act?Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). The additional FAR clauses are incorporated in full text: 52.216-2, Economic Price Adjustment ? Standard Supplies (Jan 1997); 52.217-7, Option for Increased Quantity ? Separately Priced Line Items (Mar 1989); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); 52.232-18, Availability of Funds (Apr 1984) and 52.247-34, F.O.B. Destination (Nov 1991) are applicable to this acquisition. Offerors can obtain full text versions of any of the above references clauses electronically at http://www.arnet.gov/far. The Government will not pay for materials provided in response to this synopsis/solicitation and submissions will not be returned to the sender. To be eligible for award, offerors must be properly registered in the Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at www.ccr.gov. Offerors agree to hold the prices in their offer firm for ninety (90) calendar days from the date specified for receipt of offers (unless a different period is proposed by the offeror). Offers shall be mailed to USDA/FSIS/ASD, Attn: Julian McElveen, 5601 Sunnyside Avenue, Maildrop 5230, Room #2-L184B, Beltsville, MD 20705-5230 and shall be marked on the outside packaging with the solicitation number. Facsimile or electronic offers will not be accepted. Offerors are responsible for checking this website for amendments. Questions can be directed to Julian McElveen by email at julian.mcelveen@fsis.usda.gov. No telephone inquiries will be permitted. See Numbered Note 1 (100% Small Business Set-Aside)
 
Place of Performance
Address: Beltsville Service Center, 6351 Ammendale Road, Beltsville, MD
Zip Code: 20705
Country: USA
 
Record
SN01027275-W 20060415/060413220233 (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.