Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

87 -- Red Palm Weevil Bucket Traps - SF-1449

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous 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-11-529669
 
Archive Date
9/9/2011
 
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
Please return first 4 pages PART I - The Schedule SECTION A - SOLICITATION RFP This is a combined synopsis/solicitation prepared in accordance with FAR 12 & 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. 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 SECTION B - SUPPLIES OR SERVICES & PRICE OR COSTS Item No. Quanitity Unit BASE Period 09/01/2011 - 08/31/2012 001 Red Palm Weevil Bucket Traps to be delivered 30 days After Receipt of first Delivery Call Order 7,500 EA Red Palm Weevil Bucket Traps to be delivered 180 days After Receipt of first Delivery Call Order 2,500 EA Option Periods - Estimated Delivery of 30 days After Receipt of Delivery Call Order 002 OPTION PERIOD 1 09/01/2012 - 08/31/2013 Estimated Quanitity EA 1,000 003 OPTION PERIOD 2 09/01/2013 - 08/31/2014 Estimated Quanitity EA 1,000 004 OPTION PERIOD 3 09/01/2014 - 08/31/2015 Estimated Quanitity EA 1,000 005 OPTION PERIOD 4 09/01/2015 - 08/31/2016 Estimated Quanitity EA 1,000 ***Need Estimated Freight Charges to Edinburg, TX for each line item. SECTION C - STATEMENT OF WORK DESCRIPTION OF AGREEMENT Establish a Firm Fixed Priced Indefinite Quantity/Indefinite Delivery Blanket Purchase Agreement to provide Red Palm Weevil Bucket Trap as needed for the USDA/APHIS/PPQ Facility in Edinburg, TX for a base period of one (1) year and four (4) possible option periods. Scope, Background and Objectives Background: Semiochemical lures when combined with a variety of traps have been shown to be an effective monitoring tool for non-indigenous palm weevils. The various trap and lure combinations have enabled the USDA to better contain and monitor potential infestations of these insects. The RPW (Rhynchophorus ferrugineus Olivier) is one of the most serious exotic plant pests threatening palm farms and environmental resources. The USDA APHIS PPQ has been tasked by congress with detecting, monitoring and managing these insects. These insects, should they become established, would have irreversible impacts on natural resources, hinder trade and increase costs of productions. Ultimately, an eradication and/or control program could cost millions of dollars if these insects were to go undetected in our environment. Objective The requested semiochemical lures are to provide program personnel the tools needed to detect the pest at an early stage of infestation in order to allow successful and less costly eradication and management programs to be implemented in a timely fashion. Additionally, the lures could be used to monitor existing infestations. Without this trap, defining the area of an infestation might not be possible and the ultimate cost to the USDA and cooperators of an eradication program would increase substantially as the pest number grow and spread undetected. Specifications Definite delivery of the following insect trap: 1. Red Palm Weevil (RPW) bucket trap- with the following requirements: A standard 5 gallon plastic (HDPE) bucket and tight fitting lid with the following modifications i. 2 holes in top of lid for hanging lures ii. 4 entry ports around the cylinder of the bucket 1. Entry port will be 3 - 6.5 cm in height x 8-17 cm in length. 2. Entry ports will be with-in the top 1/4 of the bucket to opening to allow most of the trap to be buried. iii. A sturdy handle must be attached to bucket to allow a bucket full of liquid to be lifted out of the ground. iv. Tight fitting lid must be removable. Contract End Items APHIS will receive a functional RPW bucket trap capable of lasting multiple years in the field environment. The trap shall be designed and fall within the described dimensions. Sampling Testing of Dispensers Effectiveness It is important that USDA APHIS maintain a quality assurance (QA) program. To that end, USDA APHIS reserves the right to conduct QA testing. The USDA APHIS may perform QA testing addressing the following areas: • The trap shall be resistant to damage and moisture when handled during normal field trapping operations. • The trap is effective at holding a variety of dispenser hangers. • Meets the needs of programs In order to assure the most effective use of tax payer dollars APHIS may also be instituting a Quality Control (QC) program in an attempt to address trap breakage and product reliability. APHIS may monitor the following areas of trap quality: a. The trap is sturdy enough to last several field seasons. b. The trap handle is sturdy enough to lift a bucket full of fluid. c. The trap doesn't easily leak If a company is found to have provided products that fall outside the prescribed specifications, the company will provide working replacements for these products at no cost to the government. At the request of the company, APHIS may provide representative samples of the failed products. The company will be required to arrange for shipping costs and logistics for the transportation of any hazardous material, as APHIS field personnel do not have the required training to ship this material. Delivery of product (s) FOB destination Freight Prepaid and Add : USDA APHIS PPQ 22675 N. Moorefield Rd Bldg 6420 Edinburg, TX 78541 SECTION D - PACKAGING AND MARKING Package Marking/Labeling: No special marking are required for this trap. Packaging: Packaging is an important part of the delivery of these fragile products. The following must be adhered to: 1) The individual traps should be packaged in such a way that they are protected from breakage upon when being shipped to FOB destination and subsequent field location. 2) Each shipment will include a packing slip identifying the following: 1. Manufacturer 2. Batch/Lot Number 3. Date of Manufacture 4. Government Procurement Number 5. Quantity Shipped Shipping Material shall be packed for shipment in such a manner that shall insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission regulations, Uniform Freight Classification rules, or regulations of other carriers as applicable to the mode of transportation. Shipping time and conditions must be accounted for when the manufacturer supplies APHIS with information on the lure's shelf life. The USDA will be shipping from Edinburg, TX to various locations throughout the US, with a maximum shipping time of 6 days with various temperature exposures during this transit time. It shall be understood that storage condition requirements (i.e., refrigeration) will not be met during this time and the shelf life of the lures must not be adversely impacted because of this shipping time. SECTION E - INSPECTION AND ACCEPTANCE Acceptance Criteria The order will be conditionally accepted at: USDA APHIS PPQ 22675 N. Moorefield Rd Bldg 6420 Edinburg, TX 78541 The conditional acceptance will focus on the following factor: Condition of shipping containers upon arrival - those with obvious defects from the shipping process will be rejected. Additional products must be sent to offset this loss at no expense to the government. SECTION F - DELIVERIES AND PERFORMANCE PERIOD OF PERFORMANCE This BPA is effective from September 01, 2011 through August 31, 2012 with four (4) option periods. Per FAR 13-303-6. The Contracting Officer and individuals and/or organization component authorized to place BPA calls will ensure the BPA is reviewed at least annually and updated at that time to make new arrangements or modify existing arrangements, and to validate the need for this BPA. Unilateral termination of this BPA may occur at any time by either party Base Period 09/01/2011 - 08/30/2012 Option Period 1 09/01/2012 - 08/31/2013 Option Period 2 09/01/2013 - 08/31/2014 Option Period 3 09/01/2014 - 08/31/2015 Option Period 4 09/01/2015 - 08/31/2016 EXTENT OF OBLIGATION The Government is obligated only to the extent of authorized calls actually placed against this BPA. PRICING This is a Firm Fixed Priced Indefinite Quantity/Indefinite Delivery Blanket Purchase Agreement for a base period of one (1) year and four (4) possible option periods. CALL LIMITATION Calls placed by individuals authorized under this BPA shall not exceed the dollar limitation listed on the Individuals Authorized to Place Call Orders: BPA Maximum Dollar Limit: $TBD BPA Call Limit: $TBD INDIVIDUALS AUTHORIZED TO PLACE BPA CALLS Procedure for issuing BPA Calls is included in this agreement. The following individuals and/or organizational component are authorized to place BPA calls: Contract Specialists and Purchasing Agents, APHIS/MRPBS/ASD/ Minneapolis, MN with warrant authority NTE $TBD INVOICES USDA-PPQ will begin issuing BPA Calls (delivery orders) shortly after award of the basic BPA contract. They will be numbered with an AG-6395-K-11-. Upon delivery and acceptance of the products for any BPA Call (orders), the PPQ will submit the invoice for payment against the BPA Contract number, referencing the individual call number. The Contractor shall submit an original invoice (or electronic invoice, if authorized,) to the address designated in the contract to receive invoices. An invoice shall include the following: (I) Name and address of the Contractor (2) Invoice date; Invoice number; (3) BPA number, contract line item number, and the call order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered; (5) Terms of any prompt payment discount offered; (6) Name and address of official to whom payment is to be sent; and (7) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. The invoice will be verified by the customer and processed. SECTION G - CONTRACT ADMINISTRATION DATA RECEIPT AND ACCEPTANCE OF SERVICES Receipt of services shall be indicated by signature and date on the appropriate form by the authorized Government representative. BILLING ADDRESS: USDA/APHIS/PPQ 22675 N. Moorefield Rd Bldg 6420 Edinburg, TX 78541 Procurement Office POINT OF CONTACT All correspondence and or questions pertaining to this BPA should be directed to: Dave Asher or Jose Cerda USDA/APHIS/PPQ 22675 N. Moorefield Rd Bldg 6420 Edinburg, TX 78541 Procurement Office MODIFICATION OF THIS BPA At any time the Contracting Officer may modify this BPA to change, add, or delete some of the terms or conditions. Whenever you receive a modification, always read it in its entirety and comply with it. Ensure the modification is placed in the BPA file. MAINTAINING CALL REGISTERS A call resister will be maintained by the Using Activity. The register may contain at least the following information: 1. BPA Number 2. Name of the Contractor 3. Call umber 4. Description of supplies being ordered on the call 5. Date call was placed 6. Individual who placed the call 7. Delivery Date 8. Dollar amount of the call (remember to not exceed the approved dollar limitations) 9. Accounting Classification All calls placed against this BPA must be recorded on the call register. The BPA call number should begin with 0001 and remain consecutive for the life of the BPA. Calls can be "voided"; however the file must be documented to explain circumstances. BPA CLOSE-OUT The Program Contract Administrator should coordinate with the Contractor and Financial Management to make sure all payments are made before the close-out. SECTION H - SPECIAL CONTRACT REQUIREMENTS See Items C through D SECTION I - CONTRACT CLAUSES PART II - CONTRACT CLAUSES AND PROVISIONS 52.252-2 Clauses Incorporated by Reference. CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm¬¬¬¬ Agar Clauses Located at: http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html 52.212-4 Contract Terms and Conditions-Commercial Items. (June 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Aug 2011) 452.211-74 Period of Performance. (FEB 1988) 452.216-74 Ceiling Price. (FEB 1988) 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) 52.216-18 Ordering. (Oct 1995) 452.216-73 Minimum and Maximum Contract Amounts. (FEB 1988) 52.216-22 Indefinite Quantity. (Oct 1995) 52.232-18 Availability of Funds. (Apr 1984) 52.212-1 Instructions to Offerors-Commercial Items. (June 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items. (May 2011) PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS ATTACHMENT TITLE NO. OF NO. PAGES 1 SF 1449 form 39 Please return first 4 pages PART IV - Representations and Instructions SECTION K - REPRESENTATIONS, CERTIFICATIONS & OTHER STATEMENTS 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. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete and return only paragraphs (c) through (o) of this provision. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Instructions, Conditions and Notices to Offerors 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. 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 @ 1-866-606-8220 or consult online hand book at http://www.ccr.gov/handbook.aspx SECTION L - INSTRUCTIONS FOR SUBMITTING QUOTES 1. Completed and signed copy of SF1449 (first four pages of the attached solicitation). 2. Offers will be accepted via e-mail Fax, or mail. Please e-mail to: Carol.Dingess@aphis.usda.gov or Fax to: 612-336-3550 Mailing address for proposals is as follows: USDA, APHIS, MRPBS, ASD, Contracting Team Attn: Carol Dingess Butler Square, 5th Floor 100 North Sixth Street Minneapolis, MN 55403 3. The Representations and Certifications 52.212-3, If an offeror has not completed annual representations and certifications electronically at the ORCA website, the offeror shall complete and return only paragraphs (c) through (o) of this provision. SECTION M - EVALUATION FACTORS FOR AWARD The Government will award from this solicitation to the lowest priced most technically acceptable, responsible offeror whose offer best conforms to the solicitation specifications, and is most advantageous to the government. Price, Technical, Delivery and other factors considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-529669/listing.html)
 
Place of Performance
Address: USDA APHIS PPQ, 22675 N. Moorefield Rd, Bldg 6420, Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN02528647-W 20110812/110810235212-1cbd182812d07432b9ff9636050def2a (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.