Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SPECIAL NOTICE

99 -- INACTIVE DRIED YEAST

Notice Date
5/11/2006
 
Notice Type
Special Notice
 
NAICS
311999 — All Other Miscellaneous Food 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
43048
 
Response Due
5/30/2006
 
Archive Date
6/14/2006
 
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. (ii) The reference number for this effort is 43048 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 Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ This procurement is being solicited on a total small business set-aside basis. The NAICS for this project is 311999 with a small business size standard of 500 employees. (iv) This requirement consists of one (1) line item: (1) Forty-thousand (40,000) pounds of primary grown inactive dried yeast, commonly called Torula yeast, in accordance with USP, XIX. This product will be used in the production of sterile Mexican fruit flies. (v) Deliverables and acceptance of deliverables will be FOB destination, at USDA Moore Air Base, 22675 N. Moorefield Road #6407, Edinburg, TX 78541. (vi) The yeast awarded under this contract must be delivered to the destination no later than June 8, 2006. See attached document which describes the required packaging and delivery instructions. (vii) Each quote as a minimum must meet the technical specifications as shown and as listed on Addendum II page 1 - Requirements and Addendum II page 2 - Pharmacopeia in order to be technically acceptable. (viii) Firms should include in the quote the address to which payments should be mailed, if that address is different from that of the business address. (ix) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the lowest price technically acceptable responsible bidder whose quote conforms to this solicitation. The inactive yeast will be evaluated for technical capability as described in (vii) above. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall return a completed copy of the Offeror Representations and Certifications with their quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) 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: 52.222-3 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; 52.225-3 Buy American Act ? North American Free Trade Agreement-Israeli Trade Act; 52.225-4 Buy American Act North American Free Trade Agreement-Israeli Trade Act 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. (xiv) Quotations are due to the United States Department of Agriculture, Minneapolis Purchasing Department, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 10:30 AM CDST, May 30, 2006.. Faxed quotes are acceptable. (xv) The assigned Purchasing Agent is Ms. Jayne Frommes. Ms. Frommes may be reached at jayne.m.frommes@aphis.usda.gov, (612) 336-3221 or by fax at (612) 370-2136. Potential quoters must review and comply with the addenda applicable to this requirement (attachments) in order to be considered for award.
 
Place of Performance
Address: 22675 N. Moorfield Road - Edinburg, TX
Zip Code: 78541
Country: USA
 
Record
SN01046087-W 20060513/060511220233 (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.