Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2011 FBO #3604
SOLICITATION NOTICE

41 -- Walk-in Freezer - Specifications/Statement of Work

Notice Date
10/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423740 — Refrigeration 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
AG-6395-S-11-0052
 
Point of Contact
Patricia Y Harris, Phone: 612-336-3207
 
E-Mail Address
patricia.y.harris@usda.gov
(patricia.y.harris@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work for the Walk-In Freezer Combined synopsis/solicitation for Walk-In Freezer (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. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price definite quantity contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. The reference number is AG-6395-S-11-0052 and the solicitation is issued as a Request for Quote (RFQ). (iii) This requirement is for the United States Department of Agriculture, International Services Division. (iv) The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. Provisions and clause 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 Acquisition Regulations (AGAR) can be accessed on the Internet at: http://www.arnet.gov/far/ and http://www.usda.gov/procurement/policy/agar.html. (v) It is anticipated that a single award will be awarded. This is a 100% Small Business set-aside. The applicable NAICS code of 423740 and a size standard of 100 employees. (v) This requirement consists of 1 contract line item number (CLINs) for a Walk-In Freezer, customized to the attached specifications found in Addendum II. Vendor shall package the unit to allow shipment to the Otay Mesa Border Station Export Facility located in Otay Mesa, California. The Vendor shall select a shipper that will allow the packaged unit to be transported to its final destination in Tijuana, Mexico Fruit Fly Emergence and Packing Laboratory (currently under construction) without it being off -loaded and loaded onto a Mexican carrier as a requirement to enter Mexico. The Government will provide a duty-free entry permit based on this information. (vi) A detailed description of the Line items is available as Addendum I, Schedule of Items. The Vendor shall return a completed copy of the Price Schedule with its quotation. (vii) Deliverables and acceptance of deliverables will be FOB Destination to the following location(s): Otay Mesa Border Station Export Facility, located in Otay Mesa, CA The unit shall be delivered to Tijuana by early November 2011. (viii) Provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. (ix) Provision at 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The following text is added to Paragraph (a) of FAR 52.21-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance will be rated neutral. A competitive firm-fixed price, definite quantity type contract award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. 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 Contacting Officer. In accordance with FAR 52.212-1(b)(10) - regarding past performance, references are requested. Each offeror shall submit two references (2) which are either current or recent customers. Please provide the name, address, phone number, fax and email for each reference. (x) Offerors shall complete at 52.212-3, Offeror Representations and Certifications - Commercial Items and submit a copy of the representation with its offer. Please note that certifications can be Completed online at https://orca.bpn.gov/. A copy of the complete Clause can be found online at http://www.arnet.gov/far/current/htm/52_212_213.html#wp1179194 (xi) Clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) 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 in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52-203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.19-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52-222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52-222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52-222-35 Employment Reports on Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-1 Buy America Act; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiii) The following Federal Acquisition Regulations apply to this acquisition: Provision 52.211-6 Name Brand or Equal with the salient characteristics found in the item description. The following Agriculture Acquisition Regulations (48 CFR Chapter 4 401-453) apply to this purchase: provision 452.219-70 Size Standard and NAICS Code Information (see iv above). Clauses 452.211-73 Attachment to Statement of Work/ Specifications and 454.246-70 Inspection and Acceptance with the following text added: Inspection and Acceptance will occur at delivery locations. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Numbered Note 1 applies to this acquisition. (xvi) All questions concerning this RFQ must be submitted in writing and faxed to (612) 336-3550 or emailed to patricia.y.harris@aphis.usda.gov. No telephonic response to this combined synopsis/solicitation will be accepted. Addendum I, Scope of Work. (xvii) Quotes are due via mail, email or fax by 1500 CST on October 27, 2011. Mailing address: USDA - APHIS - ASD - Contracting Attention: Patricia Harris 100 North Sixth Street Suite 510-C, Butler Square Bldg. Minneapolis, MN 55403 FAX: 612-336-3550 Email: patricia.y.harris@aphis.usda.gov (xviii) A COMPLETE QUOTE SHALL CONSIST OF THE FOLLOWING: 1) Price for Walk-In freezer. 2) Signature of the offeror on the page that lists the price. 3) A detailed narrative addressing how the proposed walk-in freezer meets the requirements/specifications. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested. 5) Completed copy of the provisions at FAR 52.213-3, Offeror Representations and Certifications-Commercial Items or confirmations that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quotes, thereby making an offeror ineligible for award. (xix) Please contact Patricia Harris with any questions via email at: patricia.y.harris@aphis.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0052/listing.html)
 
Place of Performance
Address: Otay Mesa Border Station Export Facility located in Otay Mesa, California., Otay Mesa, California, United States
 
Record
SN02602544-W 20111007/111005234214-627d6001bacb9528749dd48913a0f6b4 (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.