Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

68 -- Rosy (Pink) Moth Lymantria Mathura pheromone - SF 1449

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-09-0192
 
Archive Date
10/9/2009
 
Point of Contact
Patricia Y Harris, Phone: 612-336-3207
 
E-Mail Address
patricia.y.harris@usda.gov
(patricia.y.harris@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum I - Rosy Pink Moth pheromone Specifications/Statement of Work Standard Form 1449 cont page Standard Form 1449 (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 separate written request for quotation will not be issued. This combined synopsis/solicitation will result in a firm-fixed price line item contract for 1 base year. (ii) The reference number is AG-6395-S-09-0192 and the solicitation is issued as a request for quote (RFQ). The SF-1449 Form and the detailed terms and conditions are presented in Attachment 1 to this combined synopsis/solicitation. (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/procurement/policyagar.html. (iv) It is anticipated that a single award will be made. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 325199 and Business Size Standard is 1000 employees. (v) This requirement consists of one CLIN for Rosy (Pink) Moth Lymantria Mathura pheromone, 50 grams. The Price Schedule is provided as Attachment 1 to this combined synopsis/solicitation. (vi) The Specifications for this requirement is provided as Attachment 2 to this combined synopsis/solicitation. (vii) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual delivery orders. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.209-4, First Article Approval-Government Testing, applies to this solicitation (See Addendum). Contractor shall deliver a 250-mg sample pheromone within 14 days after contract award. A certificate of analysis shall be submitted with each sample submitted for first article approval. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote. A copy of the provision may be attained from http:// www.arnet.gov/far; or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. and referenced in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum 1 - additional clauses/provisions, is provided as Attachment 3 to this combined synopsis/solicitation. (xii) The clause at 52.212-5, Contract Terms and Conditions Required Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph 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; 52.219-6 Notice of Total Small Business Set Aside; 52.219-28 Small Business Program Representation; 52.223-3 Convict Labor; 52.219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-19, Child Labor – Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-5 Combating trafficking of Person; 52.222-54 Employment Eligibility on Certain Foreign Purchases; 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 (June 2003)(41 U.S.C. 10a-10d); 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://www.ccr.gov. EVALUATION OF OFFERS: Award will be made to the lowest price technically responsible offeror whose quote conforms to the specifications. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. No applicable Numbered Notes are applicable. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Patricia Y. Harris, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Thursday, September 24, 2009. Please reference the quote number on all your documents. Quotes may be submitted via email, postal mail or by facsimile. Award will be made to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest price technically acceptable, also contingent upon approval of first article sample, offer whose quote conforms to the specifications listed in this Request for Quote/solicitation. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for line item which includes all costs associated with the pheromone. This quote shall include shipping costs to the FOB Destination. 2) Signature of the offeror on the SF 1449. 3) A completed copy of the provisions at FAR 52.213-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. (xv) Quotes should be of sufficient detail to determine their adequacy. 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. The assigned Contracting Officer is Patricia Y. Harris. Ms. Harris can be reached at patricia.y.harris@aphis.usda.gov or by fax, (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-09-0192/listing.html)
 
Place of Performance
Address: USDA, APHIS, PPQ, Facilities & Operations, Bldg. 6407, Moore Air Base, 22675 N. Moorefield Road, Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN01961681-W 20090920/090919001444-2808be9c1dc791f03ecdf139d0f31a11 (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.