Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SPECIAL NOTICE

87 -- Forestry Products for Exotic Pest Trapping

Notice Date
12/17/2007
 
Notice Type
Special Notice
 
NAICS
322222 — Coated and Laminated Paper 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
 
Point of Contact
Charlene Lambert, Purchasing Agent, Phone 612-336-3223, Fax 612-370-2136
 
E-Mail Address
charlene.l.lambert@aphis.usda.gov
 
Description
(i)This is a COMBINED SYNPOPSIS/SOLICITATION for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written request for quotes will not be issued. (ii) The reference/solicitation number is PR145888 and the solicitation is issued as a request for quote (RFQ), The combined synopsis/solicitation will result in a purchase order. (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/procurementipolicy/agar.html. (iv) Part 19.501 - This solicitation is 100% small business set-aside reserved exclusively for small business concerns. The associated NAICS code for this effort is 322222 and small business size standard is 500 employees. (v) This requirement consists of 6 line items: (1) Line Item 0001 AlphaPinene Lure (2 bottle per lure), QTY 1,800 EA; (2) Line item 0002 Alpha Pinene Lure UHR, QTY 4,200 EA; (3) Line Item 0003 European Pineshoot Moth Bait, QTY 700 EA; (4) Line Item 0004 IPS Lure Typegraphus 3 Part; QTY 4,000 EA; (5) Line item 0005 IPS Lure Holders, QTY 1,000 EA; (6) Line Item 0006 Elm Bark Beetle Lure Scolytus Multistriateus, QTY 80 EA. (vi) This requirement is for the USDA, APHIS, Plant Protection and Quarantine (PPQ) program for the above forestry products with acceptable formulation, loading per lure, type of lure material, and packaging for use in exotic pest trapping. (vii) Delivery and acceptance of deliverables will be FOB destination, USDA APHIS PPQ, 22675 N. Moorefield Road #6017, Edinburg, TX 78541. DELIVERY within 2 weeks from date of award. BID SAMPLE TESTING: USDA APHIS shall conduct quality assurance testing. The contractor shall supply 2 pheromone dispensers from each batch representative of what will be provided to fulfill the contract agreement for the above line items. Review Solicitation 01 which is an attachment of the Statement of Work. Bid samples shall be delivered to: USDA APHIS PPQ CPHST Attn: Vic Mastro Bldg. 1398 Otis ANGB, MA 02542. 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 following text is added to Paragraph (a) of FAR 52.2 12-2; (1) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined, are equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications: Formulation, loading per lure, type of lure material, and packaging to be technically acceptable for exotic pest trapping. Technical acceptability is on a pass-fail basis. In order to allow the Government to determine technical acceptability, the proposal shall provide adequate product description 52.2 12-1(b)(4) TO INCLUDE PRODUCT LITERATURE, PRODUCT SAMPLES, MATERIAL SAFETY DATA SHEETS, AND TECHNICAL FEATURES. Additional guidance on price is provided under provision 52.212-1 section (g). (x) The provision at 52.212-3~ Offerer Representations and Certifications -Commercial Items, applies to this solicitation. A copy of the provision may be attained from http:// www.arnet.gov/far. The contractor shall either return a completed copy of this provision with its quote, or complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. (xi) The clause at 52.2 12-4, Contract Terms and Conditions -Commercial Items, applies to this acquisition. (xii) The clause at 52.2 12-5, 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; 52.2 19-6, Notice of Total Small Business Set Aside; 52.2 19-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor? Cooperation 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; 52.225-5,Trade Agreement; 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:J/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) None. (xvi) Quotes are due January 24, 2008 at 10:00 AM Central Standard Time, faxed copies to (612)370-2136 Attn: Charlene Lambert followed by hard copies mailed to: USDA APHIS MRPBS Purchasing Team, Attn: Charlene Lambert, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403.. (xvii) The assigned Purchasing Agent is Charlene Lambert and can be reached at Charlene.l.lambert@aphis.usda.gov. Alternate contact Margie Thorson Team Lead (612)336-3209 e-mail margie.p.thorson@aphis.usda.gov 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 12-MAR-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/PR145888/listing.html)
 
Record
SN01531343-F 20080314/080312230906 (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.