Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SPECIAL NOTICE

87 -- Trimedlure Dispensers

Notice Date
5/3/2007
 
Notice Type
Special Notice
 
NAICS
322214 — Fiber Can, Tube, Drum, and Similar Products 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, MN, 55403, UNITED STATES
 
ZIP Code
55403
 
Point of Contact
Margie Thorson, Contract Specialist, Phone 612-336-3209, Fax 612-370-2106,
 
E-Mail Address
Margie.P.Thorson@usda.gov
 
Description
(i) 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. The test program under FAR Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in an indefinite delivery, indefinite quantity (IDIQ), firm fixed price contract with a base year and two option years. (ii) The reference number is AG-6395-S-07-0003 and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) It is anticipated that a single award will be made but multiple awards will be considered. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 325320 and small business size standard is 500 employees. (v) This requirement consists of 1 line item for base year and 3 line items for succeeding Option 1 and Option 2 years: Line Item One 0001: Trimedlure Dispensers, qty 255,000 each. A list of contract line items (Price Schedule), including options, is provided as Attachment 2 to this combined synopsis/solicitation (vi) The Statement of Work for this requirement is provided as Attachment 3 to this combined synopsis/solicitation. (vii) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual delivery orders. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible firm(s) with a quote that represents the best value using the Tradeoff approach defined at FAR 15.101-1, which permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced quote. All evaluation factors, when combined, are significantly more important than price. The various nonprice evaluation factors (1) technical capability and (2) past performance are significantly more important than price. (1) Technical capability is more important compared to (2) past performance. The offer shall submit PRODUCT SAMPLES of quantities of 500 grams of liquid trimedlure (active) to USDA APHIS PPQ CPHST, Attn: Maria Dubra, 3505 25th Avenue, Gulfport, MS 39501; and 50 trimedlure plug samples to USDA APHIS PPQ CPHST, Attn: Todd Shelly, 41-745 Mooiki St., Waimanalo, Hawaii 96795, BY THE TIME SPECIFIED BELOW FOR RECEIPT OF OF OFFERS. Technical capability will be based on how well the offeror's product meets the following standards: (1) acceptance of the trimedlure concentrate as stated in the SOW, (2) chemical/physical characteristics of the solid dispenser, and (3) effectiveness of attracting flies through field bio assay. Additional guidance on price and past performance is provided under provision 52.212-1. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum 1 - additional clauses/provisions, is provided as Attachment 1 to this combined synopsis/solicitation (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52 .203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-19, Child Labor - Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act - Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:00 pm local time on May 17, 2007. Faxing or emailing quotes is acceptable. (xvi) The assigned Contracting Officer is Margie Thorson. Ms. Thorson may be reached at margie.p.thorson@aphis.usda.gov, (612) 336-3209 or by fax, (612) 370-2106. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-07-0003/listing.html)
 
Record
SN01399732-F 20070909/070907230108 (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.