Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SPECIAL NOTICE

91 -- Multiple Compressed Gases for Laboratory

Notice Date
12/13/2006
 
Notice Type
Special Notice
 
NAICS
454312 — Liquefied Petroleum Gas (Bottled Gas) Dealers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6395-S-07-0011
 
Response Due
12/21/2006
 
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. This combined synopsis/solicitation will result in a firm fixed price indefinite delivery indefinite quantity commercial supplies contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13 as well as commercial acquisition procedures in FAR part 12. (iii) This requirement is being issued as an unrestricted full and open competition, therefore, any responsible business may submit an offer. (iv) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Analytical and Natural Products Chemistry Laboratory (ANPCL) in Gulfport, MS which is responsible for for pesticide analysis. The compressed gases acquired under this contract and listed in the line items below are used to process analytical samples. (v) The reference number for this effort is AG-6395-S-07-0011 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (vi) 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://www.arnet.gov/far/ (vii) REQUIREMENTS AND QUANTITIES: This requirement consists of sixteen (16) line items for each contract period. See attachment 1 which lists each line item. The Contractor shall supply the quantity of line items listed, and in accordance with the technical specifications outlined in this combined synopsis/solicitation and in the attachments. With the exception of the tank rental charge which is listed as a separate line item, the contractor?s price for each line item must be an all-inclusive price and include all costs associated with providing the requested line items, such freight, delivery etc. The type of gases required under this contract may change as a result of changing needs at the ANPCL. The quantities listed are estimations and are yearly totals based on a combination of weekly deliveries. (viii) The government reserves the right to award this contract on an All or None basis. (ix) The PERIOD OF PERFORMANCE for this contract is from date of award whichever is later, through twelve (12) months with the option to extend the contract for an additional four (4) option year periods. (x) CONTRACTOR REQUIREMENTS: Cylinders must comply with the Department of Transportation specifications and OSHA requirements. Emergency orders: leaks and malfunctions of instrumentation require delivery within 12 hours of notification by the ordering office. (xi) TECHNICAL SPECIFICATIONS: Each quote at a minimum must meet the technical specifications as follows in order to be technically acceptable: Contractor is capable of delivering all general laboratory gas line items within 24 hours of notification; Contractor is capable of delivering all the specialty gases within 24 - 48 hours; Contractor is capable of delivering and providing additional quantities in the event of emergencies on short notice, such as 12 hours. It is essential to have a contractor who is able to meet the required delivery time frames so as not to interrupt or interfere with laboratory operations. (xii) DELIVERY OF LINE ITEMS: Deliverables and acceptance of deliverables will be FOB destination, at USDA, APHIS, ANPCL, 3505 25th Avenue, Gulfport, MS 39501. The offerors price must include all shipping charges to the FOB destination. The contractor shall be able to provide delivery of all the line items beginning January 1, 2007. Deliveries are generally made on a weekly basis; therefore, the contractor should have the capability to provide weekly delivery service. Deliveries will be made between the hours of 7:00 a.m. and 3:30 p.m. Monday through Friday, excluding Federal holidays. The contractor is responsible for unloading the cylinders and depositing them at the designated gas area as well as hooking up gas banks when switching out tanks. (xiii) ORDERING: Delivery orders for the line items will be issued on an as needed basis for a bulk quantity of gases. Any warranted APHIS Contracting Officer is authorized to place delivery orders under this contract. The APHIS, PPQ, ANPCL personnel from the USDA APHIS, PPQ, ANPCL facility located at 3505 25th Avenue, Gulfport, MS 39501, will place verbal orders against the delivery order to meet their scheduling needs, up to the bulk delivery order total. The contractor will be required to inform the APHIS contracting specialist or contracting officer when the task order reaches 80% of the total bulk hours. (xiv) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xv) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical capability, past performance, and price. Technical capability and past performance are of equal importance. Technical capability and past performance are of greater importance than price. The following factors listed will be evaluated to determine the technical capability: Contractor is capable of delivering all general laboratory gas line items within 24 hours of notification; Contractor is capable of delivering all the specialty gases within 24 - 48 hours; Contractor is capable of delivering and providing additional quantities in the event of emergencies on short notice, such as 12 hours. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm?s record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions, and providing prompt and accurate service. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xvi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xvii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xviii) 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: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 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 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-5 Trade Agreements; 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. (xix) The clause 52.216-18 Ordering applies to this acquisition. (a) Such orders may be issued from date of award through the end of the last option period exercised. (xx) The clause 52.216-19 Order Limitations applies to this acquisition. (a) Minimum order $2,000.00 (b) (1) Any order for a single item in excess of $30,000.00 (2) Any order for a combination of items in excess of $40,000.00 (3) A series of orders from the same ordering office within10 business days (d) unless that order is returned to the ordering office within 5 business days. (xxi) The clause 52.216-22 Indefinite Quantity applies to this acquisition. (d) provided that the contractor shall not be required to make any deliveries under this contract after date of last option period exercised. (xxii) The clause 52.217-8 Option to Extend Services applies to this acquisition. The contracting officer may exercise the option by written notice to the contractor within 30 days prior to contract expiration. (xxiii) The clause Option to Extend the Term of the Contract applies to this acquisition. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to 45 days prior to contract expiration. (xxiv) The clause 52.223-3 Hazardous Material Identification and Material Safety Data applies to this acquisition. The contractor shall complete and submit the Material Safety Data sheet and submit it to the contracting officer prior to award. The clause can be referenced in full text at http://www.arnet.gov/far. (xxv) The clause 452.216-73 Minimum and Maximum Contract Amounts applies to this acquisition. During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum of $10,000.00 for the base contract period and $270,000.00 for the total contract period. (xvi) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:30 PM CST, December 21, 2006. Faxed quotes are acceptable. (xvii) The assigned Contract Specialist is Ms. Corinne Nygren. Ms. Nygren may be reached at corinne.m.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 370-2106. (xxviii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, attachment 1. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative addressing the technical capability requirements / specifications outlined in this combined synopsis/solicitation in provision 52.212-2. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in provision 52.212-2. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. 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.
 
Place of Performance
Address: 3505 25th Avenue, Gulfport, MS
Zip Code: 39501
Country: UNITED STATES
 
Record
SN01195574-W 20061215/061213220241 (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.