Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

99 -- COLOR STANDARDS

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
AMFVPEXX1-0012-2
 
Response Due
6/10/2002
 
Archive Date
6/25/2002
 
Point of Contact
Jason Wilking, Purchasing Agent, Phone 612-370-2217, Fax 612-370-2136, - Jason Wilking, Purchasing Agent, Phone 612-370-2217, Fax 612-370-2136,
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov, Jason.L.Wilking@aphis.usda.gov
 
Description
The USDA, Animal Marketing Service, Fruit and Vegetable Processed Products, Washington, DC, intends to procure USDA Color Standards for Maple Syrup, Honey, Molasses. Price to include the initial development fees and the production run for 100 sets to supply USDA field offices and 100 sets for sale and distribution to the public. The approved color standards shall visually match exactly the original master set of colors for each USDA color standard listed above. Each set shall consist of individual plastic chips 2 x 3 x 0.100 inch each, hole punched, embossed, held together with a key chain and identification tag. Plastic chips will be inserted into a protective gray or black envelope consisting of artwork and instructional materials supplied by USDA. The number of colors per set are as follows: MAPLE SYRUP - THREE COLORS PER SET; MOLASSES - THREE COLORS PER SET; HONEY - SEVEN COLORS PER SET. Primary light source will be D75, 10 degree observer. All prototypes will be submitted in triplicate accompanied by color numbers, using CIELAB, to USDA prior to written approval of production run. Firm Fixed Price, F.O.B. Destination. Submit faxed quotations to "Purchasing Section" at (612) 370-2136, Attention; Jason Wilking. QUOTATIONS ARE DUE JUNE 10, 2002, BY 10:00 A.M. LOCAL TIME. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-06. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1 (4/84); Firm Fixed Price 52.216-2 (01/97); Changes, Fixed Price 52.243-1 (8/87); Price Evaluation Adjustment for Small Disadvantaged Business Concern 52.219-23; Notice of Price Evaluation Preference for HUB Zone Small Business Concern 52.219-4; Instructions to Offerors-Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2 (10/97); Offeror Representations and Certifications 52.212-3 (10/98); Contract Terms and Conditions-Commercial Items 52.212-4 (05/01); Contract Terms and Conditions to Implement Statues or Executive Orders-Commercial Items 52.212-5 (10/98). Limitations on Subcontracting 52.219-14. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers should include tax payer identification number__________________________________DUNS number___________________________ and business size for NAICS 541990. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: past performance, price, and quality.
 
Place of Performance
Address: WASHINGTON, DC
Zip Code: 20250
Country: US
 
Record
SN00084397-W 20020531/020529213046 (fbodaily.com)
 
Source
FedBizOpps.gov 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.