Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

75 -- Hand Held and Electric Embossers, with Seals - Attachment 1 instructions

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339943 — Marking Device 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
APHIS-S-11-513046
 
Archive Date
8/9/2011
 
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
ATTACHMENT 4 SEAL SAMPLE APHIS-S-11-513046 ATTACHMENT 3 DELIVERY ADDRESSES APHIS-S-11-513046 ATTACHMENT 2 SOW APHIS- S-11-513046 Attachment 1 Instructions to Offerors (Please return pages 1-4) (I) This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, in conjunction with FAR 13 as applicable, and as supplemented with additional information included in this notice. (II) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV) *Notice of total Small Business Set Aside In accordance with FAR 52.219-6 Under NAICS Code - 339943 Marking Device Manufacturing 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 339943 Marking Device Manufacturing Size Standard 500 Employees 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. (V) ITEM DESCRIPTION - 5 Yr. Indefinite Quantity Blanket Purchase Agreement for - Hand Held and Electric Embossers, with Seals for the APHIS Eastern Regional Offices (ERO) Price Redetermination-Prospective. For option periods 2 thru 4 IAW - FAR 13.303-6 Review procedures (excluding cost of seals) POSSIBLE SPLIT AWARDFAR 52.216-27 IAW FAR13-101(b)(1) Background This requirement is for The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS) Eastern Region located at 920 Main Campus Dr. Ste 200, Raleigh, NC 27606 and area offices located throughout the eastern portion of the US. In accordance with agency objectives, the government has a need to procure the manufacturing of the Animal Export seal which bears the image of the Veterinary Services Seal in a sequential order for the various area offices and the equipment that houses the embossing die (seal). Requirement APHIS requirements are for the manufacturing of a 2" VS Export Certification Die and a suitable machine with the same standards of the Pernuma Embosset Machine TM. The requirements are for a vendor who can demonstrate the capability to produce the required die according to the exact specifications of the Veterinary Services program and the required equipment for use when producing the emboss. The vendor must have or be able to destroy unserviceable/obsolete dies (seals) and produce certification of the destruction upon request. The requirements cover both handheld and electric embossing equipment. The electric embosser must be of the same quality and standards of the Pernuma electric embosser TM. At a minimum, the electric embosser must have an adjustable guide that can be set to ensure consistent impression placement on multiple documents, a push-button as well as a foot-pedal option, and must be lockable. Performance required: Estimated Handheld Embosser quantity - Qty Each Year over a 5yr period = 25 per year. • Hand held unit to place USDA seal on official documents by being able to emboss documents with manual pressure • Be able to seal single pages without cutting thru the paper and embossing the USDA seal on official documents • Must be able to have raised seal on original documents for proof by receiving country identifying it is an official USDA seal Estimated Electronic Embosser quantity - Qty Each Year over a 5yr period = 5 per year. Electronic Embosser Specifications • Can emboss multiple pieces of paper at one time 1 - 10 pieces • Can emboss multiple types of materials such as Paper, carton, cardboard, ID cards, photos, & etc. • Tension is adjustable by the customer • Accommodates a foot pedal • Seals can be easily removed and switched out • Must be able to have raised seal on original documents for proof by receiving country identifying it is an official USDA seal Embosser Seals • The seals are to be provided by the company selling us the Embosser. • Metal die with official USDA seal with area office identifier, when applied to paper under pressure leaves official USDA imprint • 2 inch diameter, with approved official USDA emblem and unique area office identifier with metal die above and below paper (origin health certificate, us department of agriculture, above office identifier is APPROVED federal veterinarian) note; before order should provide copy of embossed seal from area office ordering embosser (VII) FOB DESTINATION DELIVERY ADDRESS: FOB DESTINATION - All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and delivery to various offices listed See address for listing of various offices (VIII) 52.212-1 Instructions to offers Commercial items applies to this acquisition. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IX)( A) Price - This is a low priced technically accepted solicitation. The Government will award to the lowest priced offer that meets the specifications and standards outlined in the Solicitation above for both hand held and electric Embossers and seals. (B) Quantity To evaluate offers for award purposes, the Government will apply the offeror's proposed fixed prices/rates to the maximum estimated quantities included in the solicitation (excluding cost of seals). (C ) Technical Technical evaluation will be performed on each proposal based on the information furnished and any previous knowledge and association of product if known to APHIS. Proposals will also be rated by comparing descriptive literature against the characteristics specified in solicitation (D ) WARRANTY Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. (X) 52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Attachment 1 ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. 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. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The following Federal Acquisition Provisions apply to this acquisition: (XI)52.212-4 Contract Terms and Conditions for Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders for commercial items applies to this acquisition 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.216-1 Type of Contract. 52.216-27 Single or Multiple Awards. 452.219-70 Size Standard and SIC Code Information CLAUSES IN FULL TEXT GOVERNMENT ROLES AND RESPONSIBILITIES 452.211-74 Period of Performance 452.216-74 Ceiling Price. 52.216-18 Ordering. 452.216-73 Minimum and Maximum Contract Amounts. 52.216-22 Indefinite Quantity. 52.216-19 Order Limitations. 52.217-9 Option to Extend the Term of the Contract. 52.216-2 Economic Price Adjustment-Standard Supplies. ATTACHMENTS Attachment 1 Instructions to Offerors (Please return pages 1-4) Attachment 2 Statement of Work Attachment 3 Delivery Addresses (all orders will be FOB Destination) Attachment 4 Seal Sample (XII)Submit Pages 1 thru 4 of Attachment 1 along with any product and warranty information. Email quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by July 25, 2011 by 4:00pm Central Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-513046/listing.html)
 
Place of Performance
Address: USDA, APHIS, VS, ERO, 920 Main Campus Drive, Suite 200, Raleigh, North Carolina, 27606, United States
Zip Code: 27606
 
Record
SN02495699-W 20110714/110712234535-525bac0bf65f272ad353ce2a20cf567f (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.