Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

89 -- FOOD GRADE WHITE GRANULATED SUGAR

Notice Date
8/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311311 — Sugarcane Mills
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
09_209957
 
Archive Date
9/12/2008
 
Point of Contact
Joanne R Mann,, Phone: 612-336-3224
 
E-Mail Address
Joanne.Mann@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
i. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is one hundred percent set aside for small business. The NAICS code is 311311. The small business size standard is 750 employees, or less. iii. This requirement is for the United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Edinburg, Texas 78541 iv. The solicitation number for this effort is 09-209957; this combined synopsis/solicitation is issued as a request for quotation (RFQ.) v. The 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) may be accessed on the Internet at http://farsite.hill.af.mil/ vi. REQUIREMENTS AND QUANTITIES: This requirement consists of one line item: CLIN 01 The contractor shall supply the quantity of line item(s) listed below, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. SPECIFICATIONS: White food grade granulated sugar for the period beginning October 01, 2008 through September 30, 2009. Either beet sugar or cane sugar is acceptable; cane sugar is preferred (Imperial.) TOTAL QUANTITY: 9,350 fifty pound bags, 40 bags per pallet. Delivery of the first 850 bags to be delivered and received beginning on or before October 22, 2008. Delivery schedule of 850 bags each delivery, to be received on or before the following dates: 11/26/08; 12/31/08; 02/04/09; 03/11/09; 4/15/09; 05/20/09; 06/24/09; 07/29/09; 09/02/09; 09/30/09. Dock available; USDA will unload. Shipments cannot be received after 3:00 p.m., Monday through Friday. Price shall include shipping to USDA, Moore Air Base, 22675 North Moorefield Road, Building 6418, Edinburg, TX 78541. Price shall be quoted as a quantity of per 50 pound bag, delivered, 9,350 bags X $ ____________ and TOTAL OFFER $ ___________________ vii. The offerors price must include shipping to the FOB destination. viii. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation. ix. The prevision 52.212-2 Evaluation-Commercial Items applies to this solicitation; Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical capability: includes availability of shipping 850 bags packaged in 50 pound units per delivery as stated above; Past performance, send list of references with quote; and price. Technical and past performance, when combined are approximately equal to price. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider firms record of conforming to specifications and to standards of good workmanship, customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three references which are either current or recent customers. xi. The provisions 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall either complete the online Offeror Representations and Certifications at www.bpn.gov OR return a completed copy of the Offer Representations and Certifications with their quotation. A hard copy of the provision may be attained from http://www.arnet.gov/far xii. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. xiii. The clauses at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-10 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.222-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); 52.238-18 Availability of Funds xiv. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. xv. QUOTATIONS ARE DUE the United States Department of Agriculture, Animal and Plant Health Inspection Service, 100 North 6th Street, Butler Square 5th Floor, Minneapolis, Minnesota 55403 by 1:00 p.m. CDT, AUGUST 28, 2008. Quotes may be sent via e-mail to Joanne.Mann@aphis.usda.gov ; faxed quotes are acceptable, fax to (612) 336 3550; or mailed to the above address. xvi. The point of contact for this synopsis/solicitation is Joanne Mann who may be reached at (612) 336-3224 OR by e-mail Joanne.Mann@aphis.usda.gov xvii. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for CLIN 01, which provides the price per unit, and total cost 2) Signature of the offeror on the page which lists the price 3) A detailed narrative addressing how the offer meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References, as requested above 5) Offer shall contain company name, address, contact person name, phone number, Tax I.D. number and DUNS number. 6) A competed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed online by submitting the first page of the online certifications. at http://orca.bpn.gov If an offerors quote does not contain all of the items listed below, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. Offers may be submitted on company letterhead providing the above required information, and must be signed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d2a611decda7266aa2b35de1fa55176c&tab=core&_cview=1)
 
Place of Performance
Address: 22675 NORTH MOOREFIELD ROAD BUILDING 6418, EDINBURG, Texas, 78541, United States
Zip Code: 78541
 
Record
SN01646659-W 20080822/080820223341-d2a611decda7266aa2b35de1fa55176c (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.