Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2006 FBO #1797
MODIFICATION

81 -- SOIL SAMPLE BAGS

Notice Date
10/26/2006
 
Notice Type
Modification
 
NAICS
322224 — Uncoated Paper and Multiwall Bag Manufacturing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-73006
 
Response Due
10/31/2006
 
Archive Date
11/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
* * * * *THE PURPOSE OF THIS AMENDMENT IS TO CANCEL THIS REQUIREMENT IN ITS ENTIRETY. NO FURTHER NOTICES WILL BE FORTHCOMING * * * * ** * * * * * * *The USDA, Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), 1710 Woodruff Park, Idaho Falls, ID, has a requirement for 200,000 soil sample bags. A fixed-price blanket purchase order will result, with 25,000 bags delivered now and the remaining quantity on an as-needed basis via verbal order. F.O.B. destination. Small business set aside as per NAICS 322224. Small business is defined as 500 employees or less. QUOTATIONS ARE DUE OCTOBER 31, 2006, by 10:00 a.m. local time. Submit written or faxed quotation to Purchasing Section, at (612) 370-2136, Attention Joanne Mann. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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 written solicitation will not be issued. This solicitation document incorporates provisions and clauses which are in effect through the current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors -Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions - Commercial Items 52.212-4; Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.212-5; 52.225-3 and 52.225-3 Alt I, Buy American Act -Free Trade Agreements-Israeli Trade Act; 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 Dsiabilities 52.222-36; Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer - Central Contractor Registration 52.232-33. All responsible sources may submit a quotation for consideration. ****NOTE: 52.212-3 MUST BE COMPLETED AND RETURNED WITH THE OFFERORS QUOTE, or registered electronically at http://orca.bpn.gov **** The Government will award a purchase order 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. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. Company Name _____________________________________________________________________ Address ___________________________________________________________________________ Contact Person ___________________________________ Phone number ______________________ DUNS # ___________________________________ Taxpayer Identification Number. ________________________________ Business size: ______________________ Cost/1000, delivered $ _______________ X 200,000 = Total cost $ _____________ Central Contractor Registration (CCR) is mandatory. Instructions available at the following website: www.ccr.gov A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 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 quote, thereby making an offeror ineligible for award. SPECIFICATIONS: The bags shall be constructed for storing damp or dry soil samples for a minimum of three (3) weeks under conditions of extraordinary usage in filling, handling and storage. These soil sample bags shall contain soil which may contain microscopic organisms. Leaking or sifting from the bags cannot be allowed as it may cause cross contamination of an area. The paper bags shall be SOS Kraft, automatic style, duplex. Bag size 8 inches x 4.5 inches x 13 inches, and will be manufactured from 1 percent water strength paper. Construction: 1/60NKWS, 1/60NK. Print: none. CRITICAL ELEMENT: The bottom seam shall be constructed and glued to prevent leakage and sifting of soil particles. Deliveries shall be FOB destination within consignee premises: 2281 West Heyrend Way, Idaho Falls, ID. Contractor shall call USDA 24 hours in advance before delivering bags. Quantity of 25,000 shall be delivered as soon as possible. Orders will be placed against the remaining 175,000 upon request.
 
Place of Performance
Address: 2281 WEST HEYREND WAY, IDAHO FALLS, ID
Zip Code: 83402
Country: UNITED STATES
 
Record
SN01171129-W 20061028/061026220156 (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.