Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2008 FBO #2281
MODIFICATION

68 -- LIQUID CUELURE INSECT ATTRACTANT

Notice Date
12/17/2007
 
Notice Type
Modification
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation 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
55403
 
Solicitation Number
PR145245
 
Response Due
12/19/2007
 
Archive Date
3/20/2008
 
Point of Contact
Charlene Lambert, Purchasing Agent, Phone 612-336-3223, Fax 612-370-2136
 
E-Mail Address
charlene.l.lambert@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS MODIFICATION IS TO CLARIFY THE REQUIREMENT FOR BID SAMPLES TO BE SUBMITTED NO LATER THAN FEBRUARY 21, 2008 AS FOLLOWS: AWARD IS SUBJECT TO BID SAMPLE APPROVAL: SEND TWO FOUR OUNCE SAMPLES TO BE INSPECTED AND TESTED TO: USDA NATIONAL MONITORING AND RESIDUE ANALYSIS LABORATORY, ATTN: MARIE DUBRA, 3505 25TH AVE., BLDG 9, GULFPORT, MS 39501. SAMPLES OF THE DELIVERED PRODUCT WILL BE RANDOMLY SELECTED BY CONSIGNEE (S) FOR ANALYSIS TO ENSURE COMPLIANCE WITH THE SPECIFICATIONS. IN ADDITION TO CHEMICAL ANALYSIS, THE GOVERNMENT RESERVES THE OPTION TO CONDUCT BIOASSAY FIELD TESTS TO DETERMINE THE EFFECTIVENESS OF THE PRODUCT FOR THE INTEDED PURPOSE. FAILURE OF THE PRODUCT TO MEET BIOASSY REQUIREMENTS WILL BE CAUSE FOR REJECTION. DELETE: THIS AWARD IS CONDITIONED UPON PASSAGE OF FIRST ARTICLE TESTING FOR PURITY AND REFRACTIVE INDEX, THE CHOSEN VENDOR WILL NEED TO SEND TWO (2) TWO-OUNCE SAMPLES TO A LOCATION FOR TESTING BEFORE THE AWARD IS ISSUED The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ) 22675 North Moorefield Road, Building S 6071, Edinburg, TX 78539, intend to procure 1,764 pounds of Liquid Cuelure insect attractant. Shipping shall be as follows: 1). 1100 pounds packed in 100 lb drums to be shipped to the: USDA APHIS PPQ, 1320 12th Street East, Palmetto, FL 34221, Attn: Ed Cusano (941)722-7307; 2). 44 pounds to be shipped to: USDA APHIS PPQ, Mohsen King Street, Honolulu, HI 96814, Attn: Yolisha C. Ishibashi (808)541-1989; 3). 620 pounds to be shipped to: USDA APHIS PPQ, 22775 North Moorefield Road, Building 6420, Attn: Ramon Benavides (956)580-7222. (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 written solicitation will not be issued. (ii) The solicitation number is PR145245 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 Regulations (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 under the associated North American Industry Classification System (NAICS) code is 325998 (size standards in number of employees is 500). (v) This requirement consists of 1 line item to purchase 1,764 pounds of Liquid Cuelure insect attractant. All offers must be signed. Offers should include tax payer identification number, DUNS number, and business size. This award is conditioned upon passage of first article testing for purity and refractive index, the chosen vendor will need to send two (2) two-ounce samples to a location for testing before the award is issued. Label must have lot number, Purchase Order number, Name of Vendor, Date of Mfg and content. Include MSD Sheet. The liquid Cuelure shall meet the following requirements: 1) A white liquid at room temperature, with a mild, pleasant, fruity order characteristic of the compound. All lots shall be uniform in composition. 2) A refractive index not more than 1,5090, nor less than 1,5060, at 25 degrees Celsius. 3) 95 percent pure by gas chromatographic analysis as described under Test Procedures. 4) A powerful attractant for Melon Fly, Dacus cucurbitae, when tested under standard laboratory conditions. 5) Non-corrosive. 6) Any Cuelure contaminated by chemicals, adulterants, additives, or other materials shall be rejected. 7) Any Cuelure which is dark colored, has an objectionable odor, is corrosive, or repels melon flies, shall be rejected. 8) A minimum of one Material Data Safety sheet shall be furnished with each carton. SAMPLE TESTING: Sampling: A lot is defined as all Cuelure manufactured as one batch and offered for delivery at the same time. The Contractor is responsible for testing to verify that all specifications are met. The Contractor may use any testing facility acceptable to the Government. Records of all tests performed shall be completed and a copy sent to the Contracting Officer. The government may perform any test to assure conformity to specifications. Preparation: Before testing, condition the column with 15 ul of hexamethyldislazane. Best results are obtained by on-column injection. Contamination in the injection part may cause difficulties. Allow about 45 minutes for pen to return to baseline. Clean electrodes with hydrofluoric acid. The first several runs shall produce weak peaks. Subsequent runs with equivalent amounts shall produce good peaks. Test Procedure: 1) Infrared and gas chromatographic analysis shall be used to identify fruit fly attractants. 2) Samples shall be well mixed. Samples which lack in homogeneity shall be rejected. Cuelure samples shall be placed in thin (short path) optical cell, or equivalent. A complete curve of optical absorbency shall be performed, as in the attached standard curve. The infrared spectrum of the sample shall be in close agreement with attached Cuelure spectrum. 3) For quantitative infrared analysis, the standard curve shall be prepared from 10-20 mgs of standard fruit fly attractant per ml of carbon disulfide. The standard curve shall be compared to the sample. The APHIS Standard is maintained at NMRAL. After appropriate mathematical conversions off the difference in concentration, the heights of at least three major peaks shall be compared. If the difference between the heights of the three peaks on the standard curve, compared to the sample curve, is greater than five percent, the lot represented by the sample shall be rejected. 4) Gas chromatographic analysis shall be performed using a gas chromatograph equipped with a flame ionization detector as follow: A) Column: DB-1,30 meter Megabore r, 0.53 mm inside diameter, or equivalent. B) Carrier gas: Helium at approximately 12ml/minute. C) Temperature: Column 130 degree centigrade holds 12 minute, then program at 30 degree centigrade/minute to 250 degree centigrade hold one minute. Injection port 250 degrees centigrade. Detector block 275 degree centigrade. D) Sample: Inject 1.0 ul of 1.0 percent solution of Cuelure in carbon disulfide or hexane. E) Retention time: 9.1 minutes (varies with temperature, flow rate, etc.). F) Purity: Shall be based on the area under curve exclusive of solvent peak. SAMPLING OF DELIVERED PRODUCT: Upon the delivery of the final product the Government shall take random samples from each lot for testing in the manner described in the test procedures. All samples will be analyzed by the U.S. Department of Agriculture, National Monitoring and Residue Analysis Laboratory, Gulfport, Mississippi. The Contracting Office shall notify the Contractor within three (3) working days of any lots that have been rejected. In addition to chemical analysis testing of product quality, the Government reserves the option to conduct biological assay field tests prior to accepting the delivered product. The Contractor shall replace rejected lots within 30 days of notification, at no additional cost to the government. It shall be the responsibility of the Contractor to remove all packages, containers and any other materials within 30 days of being notified by the Contracting Officer that a lot has been rejected. PACKAG Each batch or lot number shall be unique. It is anticipated that a firm-fixed price contract will be awarded. The Government intends to issue a single solicitation and make a single award to one offeror. Simplified procurement procedures 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.fedbizipps.gov. (vii) Delivery and acceptance of line item 1 will be F.O.B. Destination, Palmetto, Fl; Honolulu, HI and Edinburg, TX. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: 52.232-25 prompt payment; 52.243-1 Changes-Fixed Price (08/87); (viii) 52.212-1 Instructions to Offerers Commercial Items (01/04); (ix) 52.212-2, Evaluation Commercial Items (01/99); (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 FAXED AND WRITEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 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) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03). The following text is added to Paragraph (a) of FAR 52.212-2. The following factors shall be used to evaluate offers: technically acceptable; past performance (SEND LIST OF REFERENCES WITH FAXED AND WRITEN QUOTE); price. Technical and past performance when combined, are approximately equal to price. Reference FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 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 Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.219-6 Notice of Total Small Business Set-Aside (06-03) (15 U.S.C. 644); 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (01-04) (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). (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. All responsible small business may submit a quotation for consideration. (xvi) QUOTATIONS ARE DUE: December 19, 2007, by 10:00 a.m. central standard time (cst). (xvii) Submit faxed quotation to: Charlene Lambert Purchasing Section, at (612) 370-2136 followed by a signed original forwarded by mail to: USDA APHIS Purchasing, Attn: Charlene Lambert, Butler Square, Suite 510, 100 North Sixth Street, Minneapolis, MN 55403. 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 or by calling 1-800-324-3414. Offers must include tax payer federal identification number, DUNS number, and business size. Failure to provide this information will result in the vendor not being considered for award. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-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/PR145245/listing.html)
 
Place of Performance
Address: SEE SCHEDULE
Zip Code: 34221
Country: UNITED STATES
 
Record
SN01515397-F 20080224/080222231420 (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.