Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2002 FBO #0111
SOLICITATION NOTICE

87 -- 87-GYPSY MOTH DDVP PEST DISPENSERS

Notice Date
3/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APPQHQDE-0016-2
 
Response Due
3/29/2002
 
Archive Date
4/13/2002
 
Point of Contact
Charlene Lambert, Purchasing Agent, Phone 612-370-2113, Fax 612-370-2136, - Charlene Lambert, Purchasing Agent, Phone 612-370-2113, Fax 612-370-2136,
 
E-Mail Address
Charlene.Lambert@usda.gov, Charlene.Lambert@usda.gov
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Edinburg, TX intends to acquire approximately 37,500 Gypsy Moth DDVP Pest Dispensers. This is a gypsy moth pheromone dispenser used to detect infestations outside of generally infested areas. Once an infestation has been detected, a grid of traps is used to delimit the area of infestation. Although the number of traps used in detection survey can be fairly well predicted from year-to year, the use for delimiting will vary. Pheromone dispensers are used for "mass trapping" as a control measure. Pheromone dispensers are also used to monitor generally infested areas. SPECIFICATIONS: Laminate strips, 1" (25mm) wide X4" (100 mm) long by 2 mm thick. These strips contain vapona, 2.2-dichlorovinyl dimethyl phosphae (DDVP) 10% by weight (ca 0.6g). FIRST ARTICLE SAMPLE: (a) The Contractor shall deliver 100 Gypsy Moth DDVP Laminate Strips within 10 calendar days from the date of award to the Government at: USDA APHIS PPQ, Otis Plant Protection Center, Building 1398, Otis, ANGB, MA 02542, for first article tests. The shipping documentation shall contain the solicitation number/purchase order number and the item identification. (b) Within 14 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor in writing of the conditional approval, approval or disapproval of the first article. The notice of conditional approval or disapproval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. All cost related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified above in paragraph (b) above. The Government reserves the right to require an equitable adjustment for the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the contractor fails to deliver any first article on time or Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default Clause of contract. (e) Unless otherwise provided in the contract, the Contractor may deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and shall remove and dispose of any first article from the Government test facility at the Contractor's expense. PACKAGING AND MARKING: Strips will be individually packaged with 50 individually packages sealed in a larger foil package. The larger foil packet will be clearly labeled with the quantity and the date of manufacture and purchase order number. Delivery shall be FOB destination: Edinburg, TX by April 15, 2002. This is a firm fixed price contract. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. THIS IS A COMBINED SYNOPSIS/SOLICITION 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 WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-03. Applicable FAR Clauses are incorporated by reference: Prompt Payment 52.249-1 (4/84); Fixed Price 52.243-1 (8/87); Small Disadvantaged Business Concern 52.219-1; Notice of Price Evaluations Preference for HUB Zone Small Business Concern52.219-4;Insructions to Offerors-Commercial Items 52.212-1 (10/00); Evaluation-Commercial Items 52.212-2 (10/97); Offeror Representations and Certifications 52.212-3 (10/98); Contract Terms and Conditions-Commercial Items 52.212-4 (4/98); Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5 (10/98); Qualification Requirements 52.209-1 (02/95). Award will be made to the offeror that can make the required delivery date at the lowest reasonable price to the government. Proposals are due by Friday March 29, 2002, 2:30 PM CST. Proposals may be faxed to 612-370-2136 with signed original forward by mails to : USDA APHIS Purchasing, Attn: Charlene Lambert, Butler Square West, 5th Floor, 100 North 6th Street, Mpls., MN 55403. Referenced Far clauses can be accessed for review on the Internet at the following web site: http://www.arnet.gov/far. All offers must be signed. Offers should include tax payer identification number and DUNS number and business size.
 
Place of Performance
Address: MOORE AIR BASE BLDG SO 6017, EDINBURG, TX
Zip Code: 78539
 
Record
SN00046311-W 20020323/020321213112 (fbodaily.com)
 
Source
FedBizOpps.gov 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.