Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
MODIFICATION

81 -- CLEAR POLYETHYLENE BAGS

Notice Date
12/6/2006
 
Notice Type
Modification
 
NAICS
326111 — Plastics Bag 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-72453
 
Response Due
12/12/2006
 
Archive Date
12/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO ADD THE FOLLOWING INFORMATION: 1- PACKAGING: The inner packaging shall contain 100 bags per package, sealed and taped. The quantity per case shall be: 50 packages per case, for a total of 5,000 bags per case. 2- The bag will not have printing. 3-For a pdf file of the drawing of the dimensions of the bag: Requests must be made by email to Joanne.Mann@aphis.usda.gov by December 7 at 2:00 p.m. CST. Phone calls will not be accepted. 4-PREVIOUS CONTRACTOR: New York Packaging Corporation, Garden City. The last option year of a five year contract with an estimated quantity of 9 million per year, unit price 9.35, for a total of $84,150. For the five year period the total contract award for this specific line item was $420,750, where estimated quantity and price was the same. 5-The deadline for technical questions is December 7 at 2:00 p.m. CST. Technical questions submitted after this deadline will not be entertained. After this deadline offerors are encouraged to propose based on the knowledge they have to date and amendments posted. The USDA, Animal and Plant Health Inspection Service (APHIS), Kansas City Warehouse, 1510 East Bannister Road, Bldg 1, Kansas City, MO, has a requirement for five million clear polyethylene bags, three-hole punched. A fixed-price purchase order will result. F.O.B. destination. Small business set-aside under NAICS 326111, small business size defined as less than 500 employees. QUOTATIONS ARE DUE DECEMBER 12, 2006, by 10:00 a.m. local time. Submit written or faxed quotation to ?Purchasing Section?, at (612) 370-2136 Attention Joanne Mann. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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. Quotations are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses which are in effect through the current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors -Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions - Commercial Items 52.212-4; Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.212-5; 52.225-3 and 52.225-3 Alt I, Buy American Act -Free Trade Agreements-Israeli Trade Act; Prohibition of segregated facilities 52.222-21; Equal Opportunity 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer - Central Contractor Registration 52.232-33; All responsible sources may submit a quotation for consideration. ****NOTE: 52.212-3 MUST BE COMPLETED AND RETURNED WITH THE OFFERORS QUOTE, or registered electronically at http://orca.bpn.gov **** The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, past performance and other factors considered. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. OFFERS SHALL INCLUDE THE FOLLOWING INFORMATION: Company Name; Address; Contact Person; Phone number; DUNS #; and Tax I.D. SPECIFICATIONS: The clear polyethylene bags specified herein are used by the United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), for packaging cattle backtags, metal cattle eartags, and other animal health identification materials used in connection with the Market Cattle Testing (MCT) Program. The MCT Program is conducted in cooperation with various state agriculture agencies. THE BAG SHALL BE MADE OF clear polyethylene and shall be of a welded or heat sealed construction. The bag shall be a minimum .004 gauge thickness. SIZE: 4-1/2 inch width by 7-1/2 inch front length with ONE HALF inch lip. HOLES: One ONE HALF inch hole shall be punched through the bag and located one inch from the top of the 7-1/2 inch front and 2-1/16 inch from each side. Two ONE FOURTH inch holes shall be punched through the bag, one at each bottom center ONE FOURTH inch from each leading edge. The back of the bag shall be ONE HALF to THREE FOURTHS inch longer than the front, thereby forming an extended lip at the opening. This is particularly necessary when handling the bags with wet hands. In order to meet the requirements of MCT Program, it is essential that the bags furnished be free of mechanical defects. QUANTITY: 5 million. Partial shipments are acceptable. A ten percent overrun is acceptable. MARKING OF EXTERIOR CONTAINERS: The exterior package shall be marked with the complete National Stock number Z888-00-0000-0113; item description; quantity in the package and unit of issue; purchase order number; and contractor?s name and address. All markings shall be legible and are to be located such that the markings may be easily read from a distance of five feet when stored on shelves or stacked in the warehouse. All markings shall be located so as not to be destroyed when the pack is opened for inspection. Markings shall be placed so as not to be obscured by the strapping of closure tape. If a shipment is palletized, the pallet size must be a standard size. The maximum stacking height shall not exceed 54 inches. The shipment shall be palletized in numerical order, shrink-wrapped and double strapped with metal or nylon straps. Markings should be standardized as to letter type and size. The minimum height for numbers and letters is 3/8 inch. The packing slip shall be securely attached to the end or side of the container, and sealed in a waterproof container conforming to MIL PPP-E540, Class 1. They shall be secured to the exterior of the palletized load or containers in the most protected location with tape, or pressure sensitive adhesive backing applied to containers other than wood. On wood containers, tacks or staples shall be used. DO NOT DOUBLE STACK PALLETS. TRANS SHPMENTS: All boxes shall be constructed to withstand shipment to the end user
 
Place of Performance
Address: 1510 EAST BANNISTER ROAD BLDG 1, KANSAS CITY MO
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01191448-W 20061208/061206220156 (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.