Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
MODIFICATION

87 -- ALUMINUM FRAME TUBE EXTRUSION

Notice Date
8/8/2006
 
Notice Type
Modification
 
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
PR49533
 
Response Due
8/3/2006
 
Archive Date
8/18/2006
 
Point of Contact
Charlene Lambert, Purchasing Agent, Phone 612-336-3223, Fax 612-370-2136,
 
E-Mail Address
charlene.l.lambert@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS BEING AMENDED TO CHANGE/DELELE/ADD THE FOLLOWING: (1) CHANGE TO A SMALL BUSINESS SET-A-SIDE; (2) CHANGE THE NAICS CODE FROM 339999 TO 331316 WITH LESS THAN 750 EMPLOYEES; (3) ADD: "PRIOR TO ACCEPTING, CONTRACTOR MUST SHIP 1ST PRODUCTION UNIT TO TEXAS NO LATER THAN SEPTEMBER 15, 2006, ADDRESS (ADDRESS LISTED BELOW IN PARAGRAPH (i)), FOR INSPECTION. IF THE PRODUCTION UNIT MEETS THE DESIGN AND QUALITY REQUIREMENTS, THE CONTRACTING OFFICER REPRESENTATIVE (COR) WILL NOTIFY THE FIRM THAT THE FINAL UNITS SHALL BE COMPLETED AND SHIPPED." (4) ADD: TECHNICAL EVALUATION CONSIDERATIONS INCLUDE DELIVERY TIME, FIRMS ABLE TO DELIVER SOONER WILL BE EVALUATED HIGHER. ALL UNITS MUST BE DELIVERED NO LATER THAN OCTOBER 1, 2006. (5) CHANGE THE DATE; FAX A COPY OF YOUR QUOTE TO : (612) 370-2136 ATTN: CHARLENE LAMBERT. FOLLOWED BY A HARD COPY TO: USDA APHIS MRPBS-ASD PURCHASING TEAM, ATTN: CHARLENE LAMBERT, BUTLER SQUARE WEST, 5TH FLOOR, 100 NORTH 6TH STREET, MINNEAPOLIS, MN 55403, NO LATER THAN 2:00PM LOCAL TIMKE ON AUGUST 11, 2006. ANY QUESTIONS SHOULD BE SENT TO charlene.l.lambert@aphis.usda.gov. (a) 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; quotes are being requested and a separate written request for quotes will not be issued. (b) The reference/solicitation number is PR49533 and the solicitation is issued as a request for quote (RFQ). The combined synopsis/solicitation will result in a purchase order. (c) 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) 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 . (d) THIS SOLICITATION UTILIZES FULL AND OPEN COMPETITION. NO SET-ASIDES APPLY TO THIS EFFORT. The associated NAICS code for this effort is 339999. (e) This requirement is for: Frame tube extrusion, aluminum allow type 6063-T6 piece overall length to be 125 inches mill finish, Quantity: 6,600 each. Specifications available upon request. (f) Tool die service charge for the Frame Tube Extrusion (item e). (g) Corner Bracket Extrusion, aluminum alloy, type 6063-T6, piece overall length to be 120 inches mill finish, Quantity: 200 each. Specifications available upon request. (h) Tool die service charge for the Corner Bracket Extrusion (item g). (i) This requirement is for the USDA, APHIS, Plant Protection and Quarantine (PPQ), Moore Air Base, 22675 North Moorefield Road, Building #6415, Edinburg, TX. 78541-9398 (h) Delivery and acceptance of deliverables will be FOB destination. The contractor shall deliver pre production sample pieces of both extrusions to Edinburg, TX address for quality assurance inspection and approval prior to production running of entire order. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined, are equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications: Product description 52.212-1(b)(4) TO INCLUDE PRODUCT LITERATURE, PRODUCT SAMPLES, MATERIAL SAFETY DATA SHEETS, AND TECHNICAL FEATURES. Additional guidance on price is provided under provision 52.212-1 section (g). The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. A copy of the provision may be attained from http:// www.arnet.gov/far. The contractor shall either return a completed copy of this provision with its quote, or complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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 at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3, BUY AMERICAN ACT—FREE TRADE AGREEMENTS—ISRAELI TRADE ACT; 52.225-4, BUY AMERICAN ACT—FREE TRADE AGREEMENTS—ISRAELI TRADE ACT CERTIFICATE; 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. To be awarded this purchase order, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. FAX A COPY OF YOUR QUOTE TO : (612) 370-2136 Attn: Charlene Lambert. FOLLOWED BY A HARD COPY TO: USDA APHIS MRPBS-ASD Purchasing Team, Attn: Charlene Lambert, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:00 pm local time on August 3, 2006. Any questions should be sent to; charlene.l.lambert@aphis.usda.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/APHIS/Purchasing/PR49533/listing.html)
 
Place of Performance
Address: EDINBURG, TX
Zip Code: 67541
Country: UNITED STATES
 
Record
SN01109748-F 20060810/060808223612 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.