Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

68 -- GYPSY MOTH (+) DISPARLURE

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
325320 — Pesticide and Other Agricultural Chemical 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
AG-6395-P-07-2130
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Animal and Plant Health Inspections Service (APHIS), Plant and Protection Quarantine (PPQ), Otis Method Dev. Center, OTIS ANGB, MA, has a requirement to purchase 220 grams of gypsy moth disparlure. (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. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. (ii) The solicitation number AG-6395-P-07-2130 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) 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) This solicitation is a Small Business set-aside. The associated North American Industry Classification System (NAICS) code is 325320 and small business size standard is 500 employees. (v) This requirement consists of 1 line item. Line item One for 220 grams of Gypsy Moth (+) disparlure. SPECIFICATIONS AND STATEMENT OF WORK WILL BE FORWARDED UPON REQUEST TO: sheree.a.johnson @aphis.usda.gov. (vii) Deliverables and acceptance of deliverables will be F.O.B destination at USDA APHIS PPQ, Otis Method Dev. Center, Building 1398, Otis Angb, MA 02542. It is anticipated that a firm-fixed price purchase order will be awarded. Simplified procurement procedure will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizopps.gov. (viii) Applicable FAR clauses are incorporated by reference: 52.212-1, Instructions to Offerors Commercial Items (01/04); (ix) 52.212-2, Evaluation - Commercial Items (01/99). The following text is added to Paragraph (a) of FAR 52.212.2: The Government will award a firm fixed price purchase order resulting from this combined synopsis/solicitation to the responsible firm who offers the best value to the Government with Technical and Past performance factors are of equal importance compared to price Technically acceptable consists of the products ability to meet PPQ Gypsy Moth Programs needs. Offerors are to provide a list of three most current references for a similar item. The offeror shall provide the name, address, telephone number and e-mail address of the point of contact for each reference provided. (x) 52.212-3 Offerers Representations and Certifications Commercial Items (01/04) THE CONTRACTOR MUST RETURN A COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) The provision 52.212.4, Contract Terms and Conditions-Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (03/04); (xiii) 55.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03); 52.219-6, Notice of Total Small Business Set-Aside (06/03) (15 U.S.C. 644). Reference FAR clauses can be accessed for review on the Internet at : http://www.arnet.gov/far. The following clauses identified at paragraph b of FAR52.212.5 are considered checked and are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities (02/99; 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.225-13 Restrictions on Certain Foreign Purchases (12/03); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.222-19 Child Labor. Cooperation with Authorities and Remedies (06/04) (E.O. 13126); 52.222-35 Equal Opportunity for Special Disabled Veterans. Veterans of the Vietnam Era, and other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (12/01) (38 U.S.C. 4212); 52-225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (01/05). (xiv) The defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Number note 1 applies to this acquisition. Effective October 1,2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration (CCR) System before they can be awarded contracts. Vendors may register with CCR online at www.ccr.gov. Offers must include tax payer federal identification number, DUNS number, and business size. All responsible small businesses may submit a quotation for consideration. (xvi) QUOTATIONS ARE DUE by September 07, 2007, by 1:30 p.m. central time.. Submit faxed quotation to the Purchasing Section, at (612) 370-2136 attention: Sheree Johnson, WITH SIGNED ORIGINAL FORWARDED BY MAIL TO: USDA APHIS , Purchasing Attn: Sheree Johnson, Butler Square Suite 504, 100 North Sixth Street, Minneapolis, MN 55403. The Offerors shall deliver 250 mg sample of neat (+) disparlure to the Government from an untested lot (a lot that HAS NOT been approved). The Offerors shall submit a certification of analysis to this effect with each sample. If the Offeror is offering more than one lot to meet contract requirements, then a 250 mg sample must be submitted from each lot for testing. Bid Samples will be sent with in 10 calendar days for first article approval to the facility at USDA APHIS CPHST, Building 1398, Otis Angb, MA 02542 Attn: Vic Mastro (508) 563-9303. Reference the solicitation number AG-6395-P-07-2130 on all samples. Bid Samples and final delivery items must come from the same location.
 
Place of Performance
Address: Building 1398, Otis Angb, MA
Zip Code: 02542
Country: UNITED STATES
 
Record
SN01383942-W 20070826/070824220436 (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.