Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SPECIAL NOTICE

87 -- Gypsy Moth Delta Traps

Notice Date
3/15/2007
 
Notice Type
Special Notice
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
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-07-0024
 
Response Due
3/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. The test program under FAR Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in an indefinite delivery, indefinite quantity (IDIQ), firm fixed price contract with a base year and two option years. (ii) The reference number is AG-6395-S-07-0024 and the solicitation is issued as a request for quote (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) 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 (iv) It is anticipated that a single award will be made but multiple awards will be considered. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 325320 and small business size standard is 500 employees. (v) This requirement consists of 3 line items for base year and 6 line items for succeeding Option 1 and Option 2 years: Line Item One 0001 ? Gypsy Moth Delta Traps-Brown, qty. 67,000 each, Line item 0002 ? Gypsy Moth Delta Traps-Green, qty 237,500 each, and Line Item Three 0003 Gypsy Moth Delta Traps-Orange, qty 67,000. A list of contract line items (Price Schedule), including options, is provided as Attachment 2 to this combined synopsis/solicitation (vi) The Statement of Work for this requirement is provided as Attachment 3 to this combined synopsis/solicitation. (vii) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual delivery orders. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible firm(s) with the lowest priced technically acceptable (LPTA) quote based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for noncost factors: technical capability and past performance. In order to allow the Government to determine technical acceptability, the offer shall submit the quantities of product samples of paperboard and trap to USDA, APHIS, PPQ, Building 1398, Otis ANGB, MA 02542 as indicated under Section F. and G. of the Statement of Work by the time specified below for receipt of offers. The following technical capability factors shall be used to evaluate offers and the offeror?s product must meet each category to be technically acceptable : (1) Traps are of the Gypsy moth design; (2) All traps are fabricated of hard sized, liquid packaging grade ? gallon milk carton paperboard stock .024 inch nominal thickness and polyethylene plastic-coated on both sides. Variance from nominal thickness is no greater than +.002. 3. (3) Adhesive is distributed as specified, completely covering area when traps are separated from each other with minimum manipulation of the traps. (4) Traps with adhesive will weigh 10 grams +/- 1 gram more than blank traps. (5) The size, cutting, perforating, and precreasing is in accordance with the schematic drawing provided. (6) The plastic coating is not damaged by the precreasing. (7) The trap outside surface is of green, orange or brown color. (8) The printing is waterproof, visible through the adhesive coating and unaffected by the adhesive coating. (9) The adhesive shall be applied in a manner within dotted lines of the designated area as shown in the attached diagram, and applied in a manner which prevents disposition outside of the designated adhesive area, so when folded the adhesive stays within the adhesive panels only. (10) Each trap is prepared for storage, folded in a manner that aligns the inside surfaces to prevent the adhesive coated surfaces from contacting non-adhesive surfaces. (11) The quality of the paperboard must meet industry standard milk carton grade or equivalent and must not leak exhibiting good liquid holdout capability, especially where edges and cuts are exposed. This is measured by a ?paperboard test? which tests the sample paperboard against an international paperboard standard. The test is as follows: Paperboard is cut into identical pieces and weighed to get the dry weight. The pieces are then put into a water bath of 22.2 centigrade for one hour. The pieces are removed and blotted dry and weighed to measure the wet weight. The dry weight is subtracted from the wet weight and the amount is divided by the wet weight and multiplied by 100 which give the percent of water absorbed. The industry standard range of weight for water absorption should be 1.5% ? 2%, and the percent of water absorbed in the sample paperboard should be equal to or less than the industry standard or not greater than 10% of the standard. Additional guidance on price and past performance is provided under provision 52.212-1. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum 1 - additional clauses/provisions, is provided as Attachment 1 to this combined synopsis/solicitation (xii) 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; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-19, Child Labor ? Co-operation 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; 52.225-1, Buy American Act?Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) To be awarded this contract, 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; (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:00 pm local time on March 26, 2007. Faxing or emailing quotes is acceptable. (xvi) The assigned Contracting Officer is Margie Thorson. Ms. Thorson may be reached at margie.p.thorson@aphis.usda.gov, (612) 336-3309 or by fax, (612) 370-2106.
 
Place of Performance
Address: TBD
Zip Code: 02542
Country: UNITED STATES
 
Record
SN01251649-W 20070317/070315220420 (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.