Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SPECIAL NOTICE

V -- AIR CARRIER SERVICE

Notice Date
3/18/2005
 
Notice Type
Special Notice
 
NAICS
481112 — Scheduled Freight Air Transportation
 
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
 
Point of Contact
Jayne Frommes, Purchacing Agent, Phone 612 336-3221, Fax 612 370 2136,
 
E-Mail Address
Jayne.M.Frommes@aphis.usda.gov
 
Description
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 USDA, Animal and Plant Health Inspections Service (APHIS), Plant Protection and Quarantine (PPQ) Pink Bollworm Rearing Facility (PBWRF), Phoenix, AZ, intends to procure air carrier service, price based on unit of weight, for daily delivery of 10,000,000 to 12,500,000 (10-12.5 million) live sterile pink bollworm moths to El Paso, Texas and 2,000,000 to 5,000,000 (2.5 – 5 million) live sterile pink bollworm moths to Bakersfield, California and timely return of the empty shipping boxes to Phoenix. Value of moths - $3.00 per thousand ($3,000 per million) Empty shipping boxes will be returned to destination air carrier in El Paso, Texas and Bakersfield, California at time of next pickup for transport back to Phoenix, Arizona air carrier within 3 days. Vendor and recipients would be given advance notification mid week listing shipment requirements for the following week. Currently the moths are packed in insulated metal PBW shipping boxes (17” long x 17”wide x 22” tall (top)) each shipping box contains approximately 1,000,000 (1 million) moths and will weigh 55 pounds full, 20 pounds empty. Value of empty PBW shipping box: $850.00. Blue ice is placed on each tray (10 trays per box) to maintain a constant temperature of 40 ◦. A new style of insulated corrugated plastic shipping box, known as a Benson Box, will be utilized in June or July, 2005. The “Benson Box” is (28 ¼ long x 22 ½ wide x23 “tall(top)) each shipping box will contain approximately 3,000,000 (3 million) moths and will weigh 87 pounds full, 18 pounds empty. Value of empty Benson shipping box: $375.00. Delivery is to the destination airport cargo or baggage area for pickup. FOB Destination applies to all shipments. The moths are non-hazardous and not destructive. Their diet consists of cotton seed and they will not attack anything else. Because of the very delicate nature of the shipment(s) moving, handling and time should be kept to a minimum. Total number of hours moths can survive under refrigeration is 7 hours. Total number of recommended hours between departures from PPQ office to destination pickup should be 4-5 hours. Length of service will be a minimum of 152 continuous days to as much as 158 continuous shipping days. Period of performance will be approximately April 25, 2005 to October 1, 2005. Submit faxed quotations to Purchasing Section, Attn: Jayne Frommes 612-370-2136. QUOTATIONS ARE DUE BY Monday, April 4, 2005, 10:00 A.M. Central Standard Time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is APPQWR43-0011A-5 and the solicitation is issued as a request for quotation (RFQ). Four line items apply based on a Firm Fixed Price per pound unit basis. See attached price sheet. No set asides apply to this request. The solicitation document and incorporated provisions clauses are those in effect through Federal Acquisition Circular 01-27 Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. In accordance with provision at 52.212-2, Evaluation Commercial Items. The following text is added to Paragraph (a) of FAR 52.212-2: (Trade Off). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Other evaluations are technical approach and past performance. All evaluation factors other than price when combined are approximately equal to price. Additional guidance on price is provided under provision 52.212-1 section (g). The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items apply to this solicitation. The contractor shall return a completed copy of these provisions with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. . 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 in FAR 52.212-5 are considered checked and are applicable to this acquisition: Restrictions on Subcontractor Sales to the Government 52.203-6 Alt I; Prohibition of Segregated Facilities 52.222-21; Equal Opportunity, 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Installment Payments for Commercial Items 52.232-30; Payment by Electronic Funds Transfer – Central Contractor Registration 52.232-33; Payment by Third Party 52.232-36; Prompt Payment 52.249-1. The following text is added to Paragraph (2) of AGAR 428.228-71 Alt I (Insurance Coverage) as prescribed in 428.310 , The contractor shall have property damage liability insurance which shall be required in the amount of $100,000 per occurrence. This is a non-DPAS rated contract. No numbered notes apply. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offers shall include 52.212-3 Representations and Certifications, Company Name, Company Address, Contact Person, Telephone number, Tax Payer Identification number, DUNS number and business size. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/APHIS/Purchasing/APPQWR43-0011A-5/listing.html)
 
Record
SN00808001-F 20050515/050513215556 (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.