Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

87 -- Jackson Trap Bodies, Inserts, Hangers, Wire Lure Clips - Attachment 4 - Jackson Trap Insert - Attachment 7 - Addendum-Provisions/Clauses - Attachment 6 - Jackson Trap Wire Lure Clip Diagram - SF-1449 Form - Attachment 3 - Jackson Trap Diagram - Attachment 2 - SOW - Attachment 9 - Offeror's Notes - Attachment 1 - Price Schedule - Attachment 5 - Wire Trap Hanger Diagram

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
322299 — All Other Converted Paper Product 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-10-0033
 
Archive Date
2/24/2010
 
Point of Contact
Margie P Thorson, Phone: 612-336-3209
 
E-Mail Address
Margie.P.Thorson@usda.gov
(Margie.P.Thorson@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Jackson Trap Wire Trap Hanger Diagram SF-1449 Continuation Page - Schedule of Suppies/Services Offeror's Notes (Checklist) for submission of quotation package Statement of Work/Specifications (SOW) Jackson Trap Diagram SF-1449 Form - Solicitation Jackson Trap Wire Lure Clip Diagram Addendum - Provisions/Clauses Jackson Trap "Sticky" Insert (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) type contract, firm fixed price (FFP) with a base year and four option years. The minimum guarantee will be $3,000 for base year. The reference number is AG-6395-S-10-0033 and the solicitation is issued as a request for quote (RFQ). (ii) 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 (iii) The Government intends to make multiple awards for different line items from this combined synopsis/solicitation to the lowest priced technically acceptable quote. This is a 100% Small Business Set-Aside. The associated NAICS code for the paperboard for Jackson trap bodies is 322299 and small business size standard is 500 employees, and for the hangers and lure clips, it is 332618 and small size standard is 500 employees. (iv) This requirement consists of 5 line items for base year and 4 option years. A list of contract line items (Price Schedule), including options, is provided as Attachment 1 to this combined synopsis/solicitation (v) The Statement of Work (SOW) for this requirement is provided as Attachment 2 to this combined synopsis/solicitation. Attachments to the SOW are listed in Section G-Drawings, as Attachment 3, 4, 5, and 6 (vi) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual delivery orders. (vii) 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 the lowest priced technically acceptable (LPTA) quote based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for noncost factors: technical capability and past performance. In order to allow the Government to determine technical acceptability, the offer shall submit a memo on company letterhead of their experience in manufacturing Jackson traps with evidence of capacity or capability in meeting and providing the products specified in the SOW; and certifying that their trap bodies can withstand outdoor weather for a period of 90 days, i.e. testing and historical data of acceptable performance. 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 online Reps and Certs Application Representations and Certifications Application (ORCA) is located on the internet and site can be found by going to http://www.bpn.gov. An offeror shall complete only paragraph (1) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 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 7 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 or the Business Partner Network at http://www.bpn.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Signed SF-1449 form (Attachment 8) and quotation package (Attachment 9) are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Margie Thorson, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:00 pm central time, February 9, 2010. Faxing or emailing quotes is acceptable at margie.p.thorson@aphis.usda.gov or fax to (612) 336-3550. (xvi) The assigned Contracting Officer is Margie Thorson and may be reached at (612) 336-3209 or margie.p.thorson@aphis.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0033/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN02047021-W 20100123/100121235458-973fccaaeb2b244adf36384877d0b1c5 (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.