Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

68 -- International Services – Un-Baited Yellow Sticky Traps

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
325320 — Pesticide and Other Agricultural 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-17-0131
 
Archive Date
7/6/2017
 
Point of Contact
Kim Yen Nguyen Tu, Phone: 6123363602
 
E-Mail Address
kimyen.n.tu@aphis.usda.gov
(kimyen.n.tu@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. 2. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. 3. This is a combined synopsis/solicitation for Un-Baited yellow Sticky Traps as defined herein. The government intends to award a firm-fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This procurement is set-aside for small business only. The associated North American Industrial Classification System (NAICS) code for this procurement is 325320 with a small business size standard of 1000. 4. Supplies Required Un-Baited Yellow Sticky Traps to contain and monitor potential infestations of these insects. Price shall include all costs, including shipping FOB destination. Quantity: 64,800 UN-BAITED yellow sticky traps Unit Price: ___________Each 5. Product Specifications APHIS, requires the following specification for the Un-Baited, Yellow Sticky Trap: • The trap will be made from twenty-four (24) point paper stock with polyethylene coating on both sides to afford water-resistance. This type of paper must be used because it can better withstand the climatic elements than other grades. • The traps will have a sticky surface area with-in a range of 90-108 inches square. • The trap will have at least 4 pre punched holes that are approximately ¼" in diameter and are approximately 3/8th of an inch away from the edge of the trap. • The holes must be arranged in such a way that when the trap is folded along the midline crease at least two holes are aligned, forming a singly hole, allowing the trap to be fastened in half. • The trap is creased and perforated along the midline. Side A • The color of this side should be white. • The printing "Trap No. _________________" is in 26 point Courier New typeface with an adjoining two and one-half inch contiguous line. • The printing " Date___________________" one inch below "Trap No." to be in 26 point, Courier New typeface with an adjoining two and one-half inch contiguous line. • No Adhesive is applied to Side A Side B • The surface is to have grid marks printed on the trap so that the sticky area of the trap is divided evenly in approximately 1 square inch segments. • Manufacturing date (minimum of month and year) should be printed on side B in a clear 8 point type face. And positioned so that it doesn't obstruct any other printing. • Stickem Special TM or equivalent is the only approved adhesive for these traps. • Un-Baited traps will only contain a solution of Stickem Special TM or equivalent • This side of the trap is coated with the Adhesive Solution applied evenly to yellow surfaces. The trap will have approximately a 1" boarder free of adhesive to allow for the trap's handling. Total Adhesive Solution will be 7-8 grams per trap. Note: the proper amount of Adhesive Solution used is a critical element of this specification. • The Adhesive Solution will be applied evenly to the entire sticky area of the trap. • The total surface area with Adhesive Solution applied must be between 90 and 108 square inches. • Trap must be colored Pantone Matching System (PMS) #102 Yellow. No other color will be considered for this solicitation. • Printing, "GOVERNMENT INSECT TRAP - DO NOT DISTURB" in 26 point, Courier New typeface. 6. Delivery/ Packaging FOB destination to: USDA APHIS IS, 2098 Harvest Road, Unit L645, San Diego, CA 92154 within 7-10 days delivery ARO. Packaging is an important part of the delivery of these fragile products. The following must be adhered to: - The individual traps should be packaged in units of 25 or 50. Units of traps must be covered with >4 mm clear plastic bag - The shipping containers must be sturdy enough to ensure safe delivery. - Each shipment will contain a valid Material Safety Data Sheet (MSDS). - Each shipment will include a packing slip identifying the following: Manufacturer, Batch/Lot Number, Date of Manufacture, Government Procurement Number, Quantity Shipped 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. 7. 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 failed products and replacement traps. Understanding, the USDA field personal doesn't have the required training to ship this material. 8. Award shall be made in accordance with FAR Part 13 Best Value to the responsible quoter conforming to the solicitation and who will be most advantageous to the Government. The government will evaluate information based on the following evaluation criteria: (1) Technical Acceptability (3) Delivery Time and (2) price. 9. The following solicitation provisions apply to this acquisition: 52.204-16, "Commercial and Government Entity Code Reporting" Jul 2016 52.212-1, "Instructions to Offerors -- Commercial Items" (Jan 2017) 52.212-3, "Offeror Representations and Certifications -- Commercial Items" (Jan 2017) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. 10. The following contract clauses apply to this acquisition: 52.204-18, "Commercial and Government Entity Code Maintenance" Jul 2016 52.212‐4, "Contract Terms and Conditions-Commercial Items" Jan 2017 52.232-40, "Providing Accelerated Payments to Small Business Subcontractors" Dec 2013 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" Jan 2017 The following subparagraphs of FAR 52.212‐5 are applicable: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 11. All quoters shall submit the following: (1) Quote - Please indicate whether 7-10 days delivery ARO can be met (2) Capability Statement (3) SAM Registration Information 12. Submission shall be EMAILED ONLY to Kimyen Tu, the Contract Specialist, at kimyen.N.Tu@aphis.usda.gov. Quotes are due no later than 06/21/2017 by 3pm Central time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212‐1(f). Any questions or concerns regarding this solicitation should be forwarded in writing ONLY via e‐mail to Kimyen Tu, the contract specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-17-0131/listing.html)
 
Record
SN04545555-W 20170617/170615234812-eeda1402dde060a23f4c08072d4ed050 (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.