Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOLICITATION NOTICE

B -- Inspection and Certification services of processed fruits and vegetables - S-10-0062 ATTACHMENTS

Notice Date
3/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
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-10-0062
 
Archive Date
5/28/2010
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
WYE MILLS, MD WAGE DET BALTIMORE, MD WAGE DET. MOREHEAD, MS WAGE DET FLORENCE, SC WAGE DET AVAYELLES COUNTY, LA WAGE DET NEW IBERIA, LA WAGE DET. STATEMENT OF WORK ATTACHMENT 1 (PLEASE RETURN PAGE 1 WITH BID) DESCRIPTION Inspection and Certification services of processed fruits and vegetables and related products needed for College Park, GA and Hunt Valley, MD location Field Offices. The Agricultural Marketing Act (AMA) authorizes the Secretary of Agriculture to contract with private persons for the performance of inspection and certification services. Process Products Branch (PPB) will use this contracting authority to supplement its workforce by contracting with individuals to provide sampling, checkloading, case stamping, and condition of container services to help respond to unpredictable workloads. Due to the nature of this program, it is impossible to determine the exact number of hours any one sampler may be used. This BPA is not intended to imply employment with the USDA and is not in itself a contract. It is an agreement to perform services. Individuals providing sampling services will be considered self -employed. Simplified Acquisition Procedures will be used per FAR 12. A firm Fixed contract will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation. Submit page 1 of attachment 1 and as many separate bid sheets for each location you wish to be considered for, to the contracting office. Please email bids to Carol Dingess at Carol.Dingess@aphis.usda.gov. or fax to : 612-336-3550. Email is the preferred method of communication. Telephonic inquiries will not be honored. Closing date for bid submissions is March 19, 2010 at 4:00PM CT This will be a firm fixed price Blanket Purchse Agreement (BPA) for 1 base year and 4 possible option years. For the following locations: ***Need one (1) person for each location - total 6 persons*** College Park, GA field office Locations New Iberia, LA area Avayelles County, LA area Florence, SC area Morehead, MS Hunt Valley, MD field Office Locations Baltimore, MD area Wye Mill, MD Services needed from: Base Period 04/01/10 - 09/30/10 Option Period I 10/01/10 - 09/30/11 Option Period 2 10/01/11 - 09/30/12 Option Period 3 10/01/12- 09/30/13 Option Period 4 10/01/13 - 09/30/14 Notice of total Small Business Set Aside under NAICS Code: 813920 Small Business Size: $ 7mil NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. I. SCOPE OF WORK When requested by PPB, the Contractor must provide Federal processed fruit and vegetable inspection services under the authority of the AMA in the geographical area serviced by the PPB College Park, GA and Hunt Valley, MD, Field Offices (F/O). This includes processed fruit and vegetable facilities and warehouses in New Iberia, LA/Avoyelles County, LA/Florence, SC/ Baltimore, MD/Wyes Mills, MD/Morehead, MS and the surrounding areas. The processed fruit and vegetable inspection services that the F/O may assign to the Contractor include, but are not limited to, the following services: A. Sampling Service. Drawing a sample size from a processed fruit and vegetable lot using PPB-approved methods to obtain representative samples for analysis to determine quality based on grade, official factors, or official criteria or any combination of these according to the regulations, Official U.S. Standards, and instructions. (Reference: PPB File Code 120-A-1, Sampling Procedures). B. Checkloading. Performing a stowage examination on a carrier, computing the number of filled containers loaded aboard the carrier, observing the condition of containers loaded aboard the carrier, and sealing the loaded carrier, if practicable. (Reference: PPB File Code 145-A-7, Checkloading and Case Stamping). C. Case Stamping. Stamping shipping cases with the USDA "Officially Sampled" stamp to identify the lot with the related inspection certificate by office, date and, if required, lot number as required by State purchase orders, commodity procurement contracts or other third-party requests for inspection specifications. (Reference: PPB File Code 145-A-7, Checkloading and Case Stamping). D. Condition of Food Container Inspection. Examining the containers for condition, construction, sealing, and markings using U.S. Standards for Condition of Food Containers. (References: PPB File Code 125-A-1, Standards for Condition of Food Containers; PPB File Code 125-A-2, Handbook for Inspection of Condition of Food Containers; PPB File Code 125-A-3, Condition of Container Inspection; and PPB File Code 125-A-4, Visual Aids for Inspection of Metal Containers). II. APPLICABLE DOCUMENTS The contractor must perform all processed fruit and vegetable inspection and certification services in accordance with the AMA, regulations (7 CFR, Parts 52.1-52.83), and PPB File Code Instructions, methods, policies and procedures. (Reference: http://agnis/sites/FV/PPB/default.aspx and www.ams.usda.gov/AMSv1.0/ams/fetchTemplateData.do?template=TemplateA&page=FVgrading). III. RESPONSIBILITIES Individual Contractors The Contractor is responsible for providing processed fruit and vegetable inspection and related services to assist PPB, when requested, in facilities in New Iberia, LA/Avoyelles County, LA/Florence, SC/Baltimore, MD/ Wye Mills, MD/Morehead, MS and the surrounding areas in accordance with the AMA, regulations, and PPB File Code Instructions, methods, policies and procedures established under the authority of the AMA. Individual Contractors Must: 1. Not have a conflict of interest (7 CFR 52.1-52.83). The Contractor must not have interest, financial or otherwise, direct or indirect, in merchandising, handling, storing, or processing commodities of the kind to be sampled or related products. 2. Demonstrate Satisfactory (S) proficiency or better in the specific duties outlined in the "Licensed Sampler Training Program Record" prior to being contracted to perform any services (Reference PPB File Code 185-B-110, Licensed Sampler Training Program Record). 3. Have readily available during working hours a valid licensee's card to perform the assigned service, and abide by the plant's safety and sanitation requirements as well as PPB's safety and health policies (References: PPB File Code 111-O-68, Safety and Health Handbook, and PPB File Code 111-A-10, General Safety). 4. Provide own transportation to and from point(s) of service. 5. Follow the U.S. Standards, regulations, and approved official procedures and approved equipment to perform processed fruit and vegetable sampling and related services. 6. Deliver or mail packages of official samples, worksheets, reports and other required documents to locations and within the timeframe specified by the F/O. Complete and sign required reports and inspection forms. Keep an accurate record of the time inspections begin and finish. 7. Bill PPB for requested labor to assist in performing processed fruit and vegetable sampling and related services by preparing billing invoices for hourly services performed against the contract and submit them to the F/O for payment. 8. Report immediately any apparent violation of the AMA, 7 CFR Parts 52.1-52.83 regulations, and PPB File Code Instructions to the F/O according to PPB File Code 109-A-20, Reporting Misbranding, Altered Certificates, and Other Violations. 9. Provide PPB written notice at least 90 days before the expiration of the contract period whether or not to extend the duration of this contract. The contract is in effect for 1 year with PPB's option to extend the duration on an annual basis. PPB, Hunt Valley, MD and College Park, GA area F/Os. Each individual AMS' PPB F/O personnel are responsible for interpreting standards and specifications; determining appropriate inspection methods and techniques; and developing inspection guidelines, instructions, handbooks and training aids. PPB will: 1. License the Contractor if they are determined by PPB as qualified to perform official processed fruit and vegetable inspection and related services. Test potential licensees to determine their skills and abilities. Conduct triennial renewals of licensed individuals. Issue licenses in accordance with 7 CFR Parts 52.1-52.83 as supplemented by PPB-issued instructions. (References: PPB File Code 185-B-17, Licensed Samplers; PPB File Code 185-B-110, Licensed Sampler Training Program Record; and PPB File Code 185-B-17A, Examination for Prospective Licensed Samplers). 2. Provide the Contractor with pertinent regulations, PPB File Code instructions, and Branch Noticed concerning sampling, checkloading, case stamping, condition of food container inspection, inspection procedures and equipment, and reporting misbranding/altered certificate violations. 3. Monitor the performance of Contractor in the application of sampling methods and techniques; inspection procedures and results; and performing other services. 4. Report to the Contracting Officer if the Contractor is found to be in violation of the AMA and regulations. PPB will suspend or revoke any license according to applicable regulations when it deems such action to be for the good of USDA/AMS. 5. Pay the Contractor for assisting in performing processed fruit and vegetable inspection and related services. 6. Designate service testing laboratories (e.g., the F/O) which the Contractor may send commodity samples for chemical, physical, and microbiological analysis or inspections. 7. Give Contractor the location and time of service requests. 8. Spot check Contractor's performance to ensure that it is according to contract specifications. The method and frequency of spot checking will be determined by the F/O and will depend on various factors including the Contractor's performance history, service point workload, distance and budget constraints. 9. Ensure that the Contractor understands: inspection methods and techniques; how to use handbooks, instructions, sampling plans, forms and any equipment involved in performing required services; the necessity and procedures for sample, equipment and inspection data security; that samples must be mailed to the appropriate laboratory (e.g., the F/O) in a timely manner; and that they are not employees of the Federal Government and, therefore, are not covered by such benefits as health, retirement, vacation, social security, unemployment compensation, workmen's compensation, etc. IV. BASES FOR PAYMENT 1. Contractual services are based on the hourly rate. 2. The hourly rate is uniform for all services covered by the contract, whether services are performed singly or combined. 3. The service hours begin when the Contractor leaves their residence and, after completing the assignment, end when they return to their residence. 4. The Contractor is responsible for all travel expenses, including any cost associated with maintaining a vehicle. 5. There is no special hourly rate for overtime, night differential or holidays. 6. Payment for partial service hours is based on one-fourth of the hourly rate for each quarter hour worked. 7. The number of hours requested to work is not guaranteed (i.e., the hours might be less than the amount shown in the purchase order). 8. A Lot Description Worksheet with Billable Hours must be completed and sent to the F/O each time the Contractor is called to a service location to perform a service. V. PUBLIC RELATIONS It is essential for the Contractor to display a positive image of USDA/AMS by ensuring the Contractor maintains favorable relations with the processed fruit and vegetable facility and associated staff. The Contractor must be courteous in their dealings with facility management. The Contractor must carry identification at all times. Work must be performed with due care, taking precautions against damage to property and interference with vehicular or pedestrian traffic. The Contractor must protect against damage to all USDA/AMS, commodity loading facility and associated property. VI. QUALITY ASSURANCE The F/O will evaluate the Contractor's performance under this contract. Non-performance or substandard task performance will be documented when it occurs. VII. CONTRACTOR LIABILITY The Contractor is liable for any damages, losses or injuries to people, property, and animals which occur as a result, directly or indirectly, from work performed by the Contractor while under contract with USDA/AMS. The Contractor must immediately notify AMS and the Contracting Officer of any damages, losses or injuries occurring during the performance of any contract with USDA. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Price and other factors considered. The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) Interested parties must have a valid driver's license, Provide own transportation to and from point(s) of service, and will be responsible for all travel expenses, including any cost associated with maintaining a vehicle. The attached US Department of Labor Wage Determination, for each County & State where the work will be performed Apply to this Service and are attached. Federal Acquisition Regulation (FAR) The following clauses are applicable to This solicitation and are included in attachment 1 52.252-2 Clauses incorporated by reference with the same force and effect as if they were given in full text. Clauses incorporated by reference, have the same force and effect as if they were given in full text. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html 52.212-1 Instructions to offers Commercial items 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions for Commercial Items. 52.212-5 Contract Terms and Condition required to implement statutes or executive orders for commercial items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0062/listing.html)
 
Place of Performance
Address: see statement of work, several, United States
 
Record
SN02082183-W 20100305/100303235156-fbf706e2849ea3b6c98f6877c4048c20 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.