Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2008 FBO #2260
MODIFICATION

87 -- TOASTED SOY FLOUR

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
311222 — Soybean Processing
 
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
55403
 
Solicitation Number
147054
 
Response Due
1/9/2008
 
Point of Contact
Joanne Mann, Purchasing Agent, Phone 612-336-3224, Fax 612-370-2136
 
E-Mail Address
Joanne.Mann@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO ADD THE FOLLOWING CLAUSE: 52.216-2 Economic Price Adjustment-Standard Supplies. Response date is unchanged; all other terms and conditions remain the same. i. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with Federal Acquisition (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 commercial supplies contract. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is one hundred percent set aside for small business. The NAICS code is 311222. The small business size standard is 500 employees, or less. iii. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), 3645 East Chipman Road, Phoenix, AZ 85040. iv. The solicitation number for this effort is 147054 and this combined synopsis/solicitation is issued as a request for quotation (RFQ.) v. The 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) may be accessed on the Internet at http://farsite.hill.af.mil/ vi. REQUIREMENTS AND QUANTITIES: This requirement consists of one line item: CLIN 01- TOASTED SOY FLOUR; base year and up to three one year option years. The contractor shall supply the quantity of line items listed, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. SPECIFICATIONS: QUANTITY: Up to 4,450 bags, 50 pounds each of Toasted Soy Flour, 200/70 mixture. The product shall be packaged in multi-walled paper bags with plastic liners capable of holding 50 pounds of toasted soy flour. Maximum of 5,500 bags per year; minimum of 4,500 bags per year. SPECIFIC QUALITIES: The Toasted Soy Flour must be 100 percent soy product, i.e., no additives; must have a Protein Content of not less than 50 percent; a maximum Fat Content of 1.0 percent; maximum Fiber Content of 3.3 percent; Moisture Content of 8 percent maximum; maximum Ash Content of 6.0 percent; Standard Plate Count of 50,000, maximum; Coliform less than 5 grams; Molds and Yeast less than 100 grams; must be 20 PDI, toasted. Delivery shall be made in one or two loads. If one load, delivery shall be on or before March 1, 2008; if two loads, second delivery shall be on or before March 15, 2008. This facility has a dock; USDA will unload. vii. The offerors price must include shipping to the FOB destination. Price per 45 pound bag, base year $ ____________; Option year 1: $ ____________per 45 pound bag; Option year 2: $ _______________ per 45 pound bag; Option year 3: $ ______________ per 45 pound bag. viii. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation ix. The provision 52.212-2 Evaluation-Commercial Items apples 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: includes ability to meet specific qualities of the soy flour; ability to meet the required delivery schedule; Past performance, send list of references with quote; and price. Technical and past performance, when combined are approximately equal to price. 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 firms record of conforming to specifications and to standards of good workmanship, customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three references which are either current or recent customers. x. The provisions 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall either complete the online Offeror Representations and Certifications at www.bpn.gov or return a completed copy of the Offer Representations and Certifications with their quotation. A hard 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. xii. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.2222-21 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; 52.22-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases ; 52.323-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. xiii. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov xiv. QUOTATIONS ARE DUE the United States Department of Agriculture, Minneapolis Contracting Officer, 100 North 6th Street, Butler Square 5th Floor, Minneapolis, Minnesota 55403 by 1;00 PM CST, JANUARY 9, 2008 Quotes may be sent via e-mail to Joanne.Mann@aphis.usda.gov , by fax to 612 370 2136 or via mail to the above address. xv. The point of contact for this synopsis solicitation is Joanne Mann who may be reached at Joanne.Mann@aphis.usda.gov , or by phone at 612 336 3224. xvi. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLIN 01, which provides the delivered price per unit. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative address how the quote meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above 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 online. 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 OFFER INELIGIBLE FOR AWARD. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/APHIS/Purchasing/147054/listing.html)
 
Place of Performance
Address: 3645 EAST CHIPMENT ROAD PHOENIX AZ
Zip Code: 85040
Country: UNITED STATES
 
Record
SN01498953-F 20080203/080201231254 (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.