Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

93 -- 25.0 mil, virgin clear PVC plastic film - Attachment 1

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326113 — Unlaminated Plastics Film and Sheet (except Packaging) 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-10-0061
 
Archive Date
3/31/2010
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449/Price Schedule/Specifications COMBINED SYNOPSIS/SOLICITATION (i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13 as well as commercial item acquisition regulations FAR Part 12. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quotation (RFQ) and will result in a firm-fixed price, indefinite delivery, indefinite quantity commercial supply contract. (iii) This requirement is a small business set aside. The NAICS Code is 326113. The small business size standard is 500 employees, or less. (iv) This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Pink Bollworm Rearing Facility (PBWRF) which is responsible for the rearing and production of the Pink Bollworm. The 25 mil Polyvinyl Chloride (PVC) Plastic film described herein will be thermoformed and used by the US Department of Agriculture, Animal and Plant Inspection Service, Plant Protection and Quarantine, Pink Bollworm Rearing Facility to form larval rearing trays in the mass rearing of pink bollworm moths. The moths are irradiated and used for a government supported Pink Bollworm Sterile Insect Technique (SIT) and Eradication Program. (v) The PERIOD OF PERFORMANCE for this contract is from date of award whichever is later, through March 1, 2011 with the option to extend the contract for an additional two (2) option year periods. (vi) REQUIREMENT AND QUANTITIES: This requirement consists of three line items, one for each period of performance: Base Period CLIN 0001 - 60,000 pounds of PVC (polyvinyl chloride) film CLIN 0002 option period one March 1, 2011 - February 29, 2012 - estimated quantity 90,000 pounds of PVC film. CLIN 0003 option period two March 1, 2012 - February 28, 2013 - estimated quantity 90,000 pounds of PVC film. Shipping of the PVC film to the FOB destination must be included in the price. Offerors quote must provide a price per pound as well as the total cost for each line item. (vii) DELIVERABLES: The selected contractor must be able to deliver the entire quantity for the base contract period by May 10, 2010. For each option year of the contract, the contractor must be able to deliver all the required quantity by March 15th. Deliverables and acceptance of deliverables for the PVC film will be FOB destination USDA, APHIS, PPQ, PBWRF, 3645 E. Chipman Road, Phoenix, AZ 85040-2927. (viii) PACKAGING: Eighteen (18) rolls (6 rows per level and 3 high) shall be on a pallet and secured with shrink wrap. (ix) TECHNICAL SPECIFICATIONS: Due to the machines and equipment used to process this PVC film for rearing of the larvae, the PVC must meet the following technical specifications in order to be technically acceptable: 25.0 mil virgin clear PVC plastic film commercial grade; must be engineered for thermoforming applications as this is our intended application; material to be provided in rolls with a 3-inch cores inside diameter and 13-inch outside diameter with a weight of 100 lbs each; the width of plastic on each row shall be 420 mm (16-17/32 inches); maximum tolerance of plus or minus 1/32 inches. No telescoped rolls will be accepted; the roll must be flat on both ends. The Government will perform quality assurance surveillance on the products to verify conformance with the specifications as outlined in this contract. (x) Inspection will take place within 3 working days from receipt of delivery at the PBWRF. Deliveries that are deemed not to be in compliance with the specifications are to be removed within 3 calendar days. Replacement items shall be treated in accordance with FAR clause 52.212-4. (xi) 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) can be accessed on the Internet at http://www.acquisition.gov/far/ (xii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xiii) The provision at 52.212-2 Evaluation - Commercial Items applies 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 in descending order of importance shall be used to evaluate offers: Technical capability, past performance and price. Technical Capability: The government will determine how well the offerors proposed item meets the government's technical specifications. Technical capability will include the following: 25.0 mil virgin clear PVC plastic film commercial grade; must be engineered for thermoforming applications; material to be provided in rolls with 3-inch cores inside diameter and 13-inch outside diameter with a weight of 100 lbs each; the width of plastic on each row shall be 420 mm (16-17/32 inches); maximum tolerance of plus or minus 1/32 inches. No telescoped rolls will be accepted; the roll must be flat on both ends. 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; adherence to contract schedules, including administrative aspects of performance; providing prompt and accurate service/timeliness; complying with Federal, state, and local laws and regulations. In accordance with FAR 52.212-1 (b) (10) - regarding past performance, references are requested. Each offeror must submit references which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (xiv) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision as well as all clauses incorporated by reference may be attained from http://www.acquisition.gov/far. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government - with Alt I; 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; 52.222-21 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; 52.222-37 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; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xvii) The clause 52.216-18 Ordering applies to this acquisition. (a) Such orders may be issued from date of award through the end of the last option period exercised. (xviii) The clause 52.216-19 Order Limitations applies to this acquisition. (a) Minimum order $10,000.00 (b) (1) Any order for a single item in excess of $150,000.00 (2) Any order for a combination of items in excess of $150,000.00 (3) A series of orders from the same ordering office within 10 business days (d) unless that order is returned to the ordering office within 5 business days. (xix) The clause 52.216-22 Indefinite Quantity applies to this acquisition. (d) provided that the contractor shall not be required to make any deliveries under this contract after date of last option period exercised. (xx) The clause 52.217-9 Option to Extend the Term of the Contract applies to this acquisition. (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to 30 days prior to contract expiration. (xxi) The clause 52.225-2 Buy American Certificate (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (xxii) The clause 452.216-73 Minimum and Maximum Contract Amounts applies to this acquisition. During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum of $20,000.00 for the base contract period and maximum $350,000.00 for the total contract period. (xxiii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 3:00 PM CST, March 16, 2010. Please reference the quote number on your documents. Please send quotes by email, fax or regular mail. (xxiv) The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached at michael.j.chiodi@aphis.usda.gov, (612) 336-3203 or by fax at (612) 3336-3550. (xxv) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) A completed Price Schedule (Attachment 1) for line items, CLINS 001, 002, and 003 which includes the costs for the base year and all the option years. All overhead and ancillary costs associated with providing the line items shall be assumed by the Contractor, and should be factored into the quote price. Therefore, this quote shall include all costs associated with the PVC film including shipping costs to the FOB destination. 2) Signature of the offeror on the SF 1149 form (Attachment 1). 3) A detailed technical narrative of your company's product which addresses how your company's product meets the technical specification requirements outlined in this combined synopsis/solicitation, including manufacturing origin. You should address the technical evaluation criteria listed in 52-212-2. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above in 52.212-2. 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 on-line. 6) A copy of the first page of your company's Central Contractor Registration record from www.ccr.gov. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0061/listing.html)
 
Place of Performance
Address: USDA APHIS PPQ PBWRF, 3645 East Chapman Road, Phoenix, Arizona, 85040-2927, United States
Zip Code: 85040-2927
 
Record
SN02080390-W 20100304/100302234916-b22fbf29965d59d9b1390989b1df7cd7 (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.