Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

81 -- Cups and Lids

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
424130 — Industrial and Personal Service Paper Merchant Wholesalers
 
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-07-0079
 
Response Due
9/18/2007
 
Archive Date
10/5/2007
 
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 FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial supply contract. (iv) This requirement is a small business set aside. The NAICS Code is 424130. The small business size standard is 100 employees, or less. (v) 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 AGAR can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar_x/agar04/index.html (vi) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Center for Plant Health Science Technology (CPHST) Otis Pest Survey and Detection and Exclusion Laboratory. The CPHST supports PPQ regulatory decisions and operations through methods development work, scientific investigation, analyses and technology. The USDA, APHIS, PPQ research and development work requires the acquisition of these cups and lids for the rearing of gypsy moth larvae. (vii) REQUIREMENT AND QUANTITIES: This requirement consists of two (2) line items which are as follows: CLIN 001 - 200,000 Solo brand 6 oz translucent polystyrene plastic cups. CLIN 002 - 210,000 Solo brand DS306 (04000) tab paper lids. See below for the exact technical specifications for these two line items. (viii) Shipping will be FOB destination, therefore, shipping of the items must be included in the price for all line items. (ix) The selected contractor must be able to deliver all requested equipment by November 15, 2007. Deliverables and acceptance of the deliverables for the Solo cups and lids will be FOB destination USDA, APHIS, CPHST, Otis Method Development Center, Building 1398, Otis ANGB, MA 02542. (x) The PERIOD OF PERFORMANCE for this contract is from date of award through delivery of all the supplies. (xi) OBJECTIVES: The Otis Pest Detection and Exclusion Laboratory has been rearing the gypsy moth larvae since the late 1970's. This cup and lid combination was selected after numerous scientific studies were conducted with all containers and lids available at the time of testing. Numerous tests have been performed throughout the 30+ production years. This combination of cup-lid provides the optimum rearing environment for the production of healthy gypsy moth life stages. These life stages are used by USDA researchers to develop techniques for use in managing gypsy moth population in the United States. The successful production of the gypsy moth larvae enables the Otis rearing facility to supply gypsy moth life states to State, University, and foreign researchers. Therefore, it is critical the USDA continue to purchase only this type of cup and lid for the Otis rearing operations since it is the only combination proven to successfully rear healthy gypsy moth life stages. Any substitute container-lid combination would require Otis to evaluate these substitutions to determine their effect on the growth of gypsy moth. This evaluation would require two generations of observations and would take a minimum of 14 months to complete. (xii) TECHNICAL SPECIFICATIONS: The cups and lids requested in this solicitation must meet the following technical specifications in order to be technically acceptable: 6 OZ POLYSTYRENE CUPS - The cup is constructed of 15 mil (plus or minus 2 mil) thermal formed polystyrene plastic. The plastic is translucid in that it lets the light pass but diffuses it so that objects on the other side cannot be clearly distinguished. The container has a 6 oz capacity. It has a squat type shape with a rolled lip. The outside height of the container is 2 1/16 inches; the mouth of the container has a 3 13/16 inch outside diameter; the base of the container has a 2 9/16 inch outside diameter. The sidewalls are fluted but that is not mandatory. However, eliminating the fluted sidewalls may result in the cup having to be made with a plastic that is greater than 15 mils to make it sturdy enough to support the hot insect diet poured into the cup. TAB PAPER LID DS306 #04000 - The lid used in conjunction with the 6 oz cup is constructed of untreated white paperboard that has a nominal .026 inch thickness. The lid is flat and 3 9/16 inch diameter and has a tab for lifting purposes. The lid is poly-coated only on one side. A lid that is poly-coated on both sides is NOT acceptable because it is not suitable for rearing Gypsy Moth in the 6 oz cup. This type of paper lid is critical for the survival of larvae within the 6 oz rearing cup. Since there is a limited list of authorized distributors for the Solo Packaging company division, if providing a Solo product the vendor must provide written proof with their offer to verify their authorized status to obtain and provide these exact products. The proof may come in the form of a letter from the Solo Packaging Division stating the said contractor has the authorized status to sell these products, therefore the USDA will have assurance the vendor can provide this product. Vendors selling a brand name or equal product must provide a letter from their company or provider. (xiii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiv) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the lowest price technically acceptable responsible offeror whose quote conforms to this solicitation. The cups and lids will be evaluated for technical capability as described in the Technical Specifications (xii) above. 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. (xv) 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. (xvi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvii) 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: 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 - Post Award Small business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 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; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1 Buy American Act ? Supplies; 52.225-2 Buy American Act Certificate; 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. (xviii) The AGAR clause 452.211-71 Equal Products Offered applies to this acquisition. (a) Offerors proposing to furnish an equal product, in accordance with the Brand Name or Equal provision of this solicitation, shall provide the following information for each offered equal product: Contract Line Item Number (if any): _____Brand Name or Equal Product identified by the Government in this solicitation:________ Offered Product ______ Name:_____ Catalog Description or part number:______ Manufacturer's Name:______ Manufacturer's Address:______ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the brand name or equal product's salient characteristics listed in the solicitation. (xix) The following additional provisions apply to this acquisition. FAR 52.211-6 Name Brand or Equal and AGAR 452.211-70 Brand Name or Equal applies to this acquisition. The salient characteristics are listed above in section (xii) entitled Technical Specifications. (xx) 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 2:00 PM Central Time, September 18, 2007. Please reference the quote number on your documents. Faxed quotes are acceptable. (xxi) The assigned Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at Corinne.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 370-2106. (xxii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for line items CLINS 01 and 02 which includes all costs for providing the required items. All overhead and ancillary costs associated with the cups and lids will be assumed by the Contractor, and should be factored into the quote. Therefore, this quote shall include all costs associated with these items including shipping costs to the FOB destination. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative addressing how your company's product meets the technical specification requirements in (xii) above outlined in this combined synopsis/solicitation, in order to perform the technical evaluation described in 52-212-2. 4) Letter demonstrating authorized status to be able obtain these products. 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. Quotes should be of sufficient detail to determine their adequacy. If an offeror's 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: Otis Method Development Center, Building 1398, Otis ANGB, MA
Zip Code: 02542
Country: UNITED STATES
 
Record
SN01403741-W 20070914/070913071931 (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.