SOLICITATION NOTICE
66 -- KingFisher Flex 96. (Brand Name or Equivalent) - Attachment 1
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- 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
- APHIS-S-10-438309
- Archive Date
- 11/15/2010
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 Salient Characteristics for Brand Name item If bid package does not contain completion of CCR and ORCA Registrations, quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. ***PLEASE RETURN PAGE 1 ON ATTACHMENT 1 WITH BID *** (I)This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. (II)THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III)This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV)*Notice of total Small Business Set Aside 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 423450 - Medical, Dental, and Hospital Equipment and Supplies merchant wholesaler Size Standard 100 Employees All Responsible Small business sources May Submit a Quotation For Consideration. NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. DESCRIPTION - KingFisher Flex 96. (Brand Name or Equivalent) (V) ITEM(S) - 96 deep well head ITEM# QTY DESCRIPTION 001 - 1EA 96 deep well head 002 - 1EA Flex 96 plate (200ul) (48pcs) 003 - 1EA 96 Flex tip comb for DW magnets (10x10 pcs) 004 - 1EA Well 96 plate V-bottom PP (50 pcs) 005 - 3YR WARRANTY (VI)The United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS) Plant Protection and Quarantine office in Edinburg, TX intends to purchase a KingFisher Flex 96 deep well head (or equivalent ) See attachment 2 for Salient Characteristics. Please include cost of supplies, any warranty, and delivery. (VII)Delivery Location: USDA/APHIS/PPQ/PDDM 22675 N. Moorefield Rd. Moore Air Base - Bldg 6414 Edinburg, TX 78541-5033 All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, Warranty, and delivery. (VIII)52.212-1 Instructions to offers Commercial items applies to this acquisition. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IX)The Government will award from this solicitation to the most technically acceptable responsible offeror whose offer best conforms to the solicitation specifications, and is most advantageous to the government. Price, Delivery and other factors considered. Please quote all or none. Each proposal shall respond to each of the evaluation factors identified below., technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: Technical Evaluation Factors: 1.) All proposals will be rated by comparing descriptive literature against the salient characteristics of Brand name. 2.)Delivery (X)52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Attachment 1 ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The following Federal Acquisition Provisions apply to this acquisition: (XI) 52.212-4 Contract Terms and Conditions for Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders for commercial items applies to this acquisition 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.216-1 Type of Contract. 452.219-70 Size Standard and SIC Code Information 52.211-6 Brand Name or Equal. (XII) WARRANTY ITEMS Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. (XIII)Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by September 15, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. And 14. A firm Fixed Price Purchase order will be awarded.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-10-438309/listing.html)
- Place of Performance
- Address: USDA/APHIS/PPQ/PDDM, 22675 N. Moorefield Rd., Moore Air Base – Bldg 6414, Edinburg, Texas, 78541, United States
- Zip Code: 78541
- Zip Code: 78541
- Record
- SN02265620-W 20100904/100902235600-2be900a50a31230fb73aa49cc397c74c (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 |