Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

99 -- MANIFOLD SYSTEM RECORDING BOARD

Notice Date
4/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
ZIP Code
00000
 
Solicitation Number
138119
 
Small Business Set-Aside
Total Small Business
 
Description
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 561 7 10. The small business size standard is $6.5 million in sales, or less. iii. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine, Miami, FL iv. The solicitation number for this effort is 138119 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 two line item(s): CLIN 01- Manifold system recording board and sampling leads for the Miami Seaport; CLIN 02 - Manifold system recording board and sapling leads for the Miami Airport. This is for replacement of outdated manifold systems and reading lines which take sampling reading of cargo that is under Methyl Bromide fumigation. SPECIFICATIONS: 1. Remove existing systems and dispose of them at the (2) sites and replace them with new Manifold/recording board systems with all associated connections. 2. Replace existing sampling leads with new sampling material. Sampling line material shall be encased in a plastic sheathing before ran into the existing conduit. Each individual sampling line shall be numbered Gas sampling lines, shall be made of polyethylene or polypropylene, and shall be 0.25 inch in diameter (ID). Sampling line material shall be approximately 2,500 linear feet for the Maritime Port and 3,000 linear feet for the Airport. 3. Supply glass tubing for Ascarite and Drierite as required. 4. Install side wall exhaust fans at each site (plug in 110 volts). 5. Provide Auxiliary pumps that shall do the following: The pump shall be strong enough to pull the fumigant from the treatment enclosure through the sampling lines into the manifold/recording board. All sampling lines shall draw a sufficient amount of fumigant from the treated enclosure to the reading area (manifold) within 7 minutes. 6. The manifold/recording board system shall be calibrated to handle the flow of fumigant at all times. 7. Provide training of new manifold/recording board system to all USDA PPQ Miami employees. 8. Manifold/recording board shall be metal faced with plywood backing and all connections to the system shall be done with a quick connect. Fittings shall be placed on manifold and sampling leads shall be attached per diagram. Delivery Addresses: USDA APHIS PPQ Miami Airport 3500 NW 62 nd Ave Miami FL 33122 USDA APHIS PPQ Seaport 2915 Biscayne Blvd Suite 304 Miami FL 22137 The contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. vii. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. viii. The offerors price must include shipping to the FOB destinations and installation. ix. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation x. 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 availability of equipment, expertise, knowledge of fumigation procedures and have built manifold systems for fumigation sites ; Past performance, provide a list of at least three (3) references where this service and supply have been provided; 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. xi. 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 xii. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. xiii. 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) xiv. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov xv. QUOTATIONS ARE DUE the United States Department of Agriculture, Minneapolis Contracting Officer, 100 North 6 th Street, Butler Square 5 th Floor, Minneapolis, Minnesota 55403 by 1:00 PM CST, APRIL 23, 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. xvi. 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. xvii. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for each line item, CLINS 01 and CLIN 02, which includes the price per unit, delivery, installation and training. 2) Signature of the offeror on the page which lists the price. Offers may be submitted on the contractor's letterhead. 3) A detailed narrative addressing how the offer intends to meet 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 offeror ineligible for award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b77298c2ec9942039cfd9309e0c777ca&tab=core&_cview=1)
 
Record
SN01548612-W 20080409/080407220059-b77298c2ec9942039cfd9309e0c777ca (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.