Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2009 FBO #2708
SOLICITATION NOTICE

93 -- Corrugated Cardboard Sheets

Notice Date
4/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424130 — Industrial and Personal Service Paper Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-09-0088
 
Archive Date
5/23/2009
 
Point of Contact
Larry D Nelson,, Phone: 612-336-3225
 
E-Mail Address
Larry.D.Nelson@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION/CORRUGATED CARDBOARD SHEETS This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation. The solicitation number for this effort is AG-6395-S-09-0088 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The NAICS code is 424130. The small business size standard is 100 employees. This requirement is for the United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection & Quarantine (PPQ), Pink Bollworm Rearing Facility (PBWRF), 3645 East Chipman Road, Phoenix AZ, 85040-2927. The Government contemplates award of an Indefinite Delivery Indefinite Quantity (IDIQ) Firm-Fixed Price (FFP) contract for corrugated cardboard sheets with the characteristics as described in the “Description of Requirements” below. The contract term is for a five year ordering period that consists of a base ordering year and four one-year option ordering periods with a minimum guarantee quantity of 30,000 sheets for the base ordering year. Each delivery order will involve a minimum order amount of 5,000 sheets per order. The anticipated estimated maximum quantity is up to 175,000 sheets per year. The total quantity of material that can be purchased via this contract is 875,000 sheets. The minimum guarantee order amount of 25,000 sheets is applicable only to the initial base ordering year only; there is no minimum guarantee for subsequent ordering years. Acceptance shall be at Destination. Shipping costs shall be FOB Destination to the shipping address designated in each order. Appropriated funds will be referenced on individual delivery orders. The period of performance is from effective date of award through 12 months and, if exercised, four one-year option periods. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses 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) can be accessed on the Internet at http://farsite.hill.af.mil/ Description of Requirement: APHIS annually requires up to 175,000 corrugated cardboard sheets cut to a size of 16” X 24”. The corrugated sheets shall be in accordance with ASTM D 4727: Type of class: Domestic variety: Single Wall Grade: "E" Flute. Corrugated sheets will be cut – Rotary, Die or otherwise 44 ECT Kraft bonded paper with starch adhesive, 16"wide X 24" long. Flutes are to run parallel to the 16" short plane. The outer liners are to be 56# craft paper and the center medium to be 26# flute sheet. Corrugated must be a minimum of 35% Kraft paper. The corrugated sheets must also be free of all insecticides, chemicals or materials that may be injurious to Pink Bollworm Larvae. The cardboard sheets must demonstrate the ability to withstand and function in extremely humid environments. (50 - 65% humidity). Corrugated sheets, up to 30,000 per delivery order, must be delivered to the shipping address on May 01, June 01, July 01, August 01 and September 01 or as indicated on each delivery order. NOTE: Offeror must furnish a sample as part of its quote consisting of 20 corrugated cardboard sheets. Bid Samples - BUT NOT THE PRICE QUOTE - must be sent to: Ernie Miller, United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection & Quarantine (PPQ), Pink Bollworm Rearing Facility (PBWRF), 3645 East Chipman Road, Phoenix AZ, 85040-2927. The samples must be received at the PBWRF by the time specified in the RFQ. Firm Fixed Price Quote: Offeror to quote Firm Fixed Price (FFP) for the following items: Base Ordering Year 1 Date of Contract Award through 31 May 2010: Corrugated cardboard sheet meeting “Description of Requirements” (maximum estimated quantity up to 175,000 sheets) FFP unit price per sheet $__________. First Option Ordering Year 2 (01 June 2010 through 31 May 2011): Corrugated cardboard sheet meeting “Description of Requirements” (maximum estimated quantity up to 175,000 sheets) FFP unit price per sheet $__________. Second Option Ordering Year 3 (01 June 2011 through 31 May 2012): Corrugated cardboard sheet meeting “Description of Requirements” (maximum estimated quantity up to 175,000 sheets) FFP unit price per sheet $__________. Third Option Ordering Year 4 (01 June 2012 through 31 May 2013): Corrugated cardboard sheet meeting “Description of Requirements” (maximum estimated quantity up to 175,000 sheets) FFP unit price per sheet $__________. Fourth Option Ordering Year 5 (01 June 2013 through 31 May 2014): Corrugated cardboard sheet meeting “Description of Requirements” (maximum estimated quantity up to 175,000 sheets) FFP unit price per sheet $__________. Evaluation and Award: 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. This requirement will be awarded to a single vendor proposing the lowest aggregate unit price for all line items and combined option ordering periods that meet all the characteristics in the “Description of Requirements” above. Quotes must be of sufficient detail to determine that they meet all the characteristics in the referenced “Description of Requirements”. In addition, Offeror must furnish a sample as part of its quote consisting of 20 corrugated cardboard sheets. NOTE: Bid Samples - BUT NOT THE PRICE QUOTE - must be sent to: Ernie Miller, United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection & Quarantine (PPQ), Pink Bollworm Rearing Facility (PBWRF), 3645 East Chipman Road, Phoenix AZ, 85040-2927. The Government must receive the samples by the time specified in the RFQ. 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 Contracting Officer. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The Offeror shall return a completed copy of the Offeror Representations and Certifications with their quotation. D. Applicable Federal Acquisition Regulations (FAR) Provisions and Clauses: The following provisions and clauses will be incorporated by reference: The provision of FAR 52.212-3 and 52.212-3 Alt I, offeror Representations and Certifications-Commercial Items (July 2003) applies to this RFQ. 52.212-3 and 52.212-3 Alt I, the clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation, Commercial Items (January 1999). The following Federal Acquisition Regulation (FAR) and its supplements AGAR provisions and clauses apply to this acquisition; 52.212-1 Instructions to Offerors - Commercial Items SEP 2006 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Sep 2006) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2005 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) SEP 2006 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies JAN 2006 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-4 Recovered Material Certification OCT 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.225-18 Place of Manufacture SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.243-1 Changes--Fixed Price AUG 1987 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003, 52.204-7 Central Contractor Registration (Jul 2006), 52.212-2 Evaluation - Commercial Items (Jan 1999) 52.212-3 Offeror Representations And Certifications--Commercial Items (Sep 2006) 52.219-1 Small Business Program Representations (May 2004) - Alternate I (Apr 2002) 52.219-22 Small Disadvantaged Business Status (Oct 1999) 52.222-18 Certification Regarding Knowledge Of Child Labor For Listed End Products (February 2001) 52.222-22 Previous Contracts And Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). The following provisions and clauses will be incorporated by full text: FAR 52.216-18 Ordering (Oct 1995): (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Date of Contract Award through on or about May 31, 2014. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 5,000 sheets, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 175,000 sheets; (2) Any order for a combination of items in excess of 175,000 sheets or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 calendar days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 -- Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after on or about May 31, 2014. (End of Clause) FAR 52.214-20 -- Bid Samples (Apr 2002) (a) “Bid sample” means a product sample required to be submitted by a bidder to show those characteristics of the offered products that cannot adequately be described by specifications, purchase descriptions, or the invitation for bid (e.g., balance, facility of use, or pattern). (b) Bidders must furnish bid samples as part of the bid. The Government must receive the bid samples by the time specified in the invitation for bids. If the bidder fails to submit samples on time, the Government will reject the bid, except that the Contracting Officer will consider a late sample sent by mail under the Late Submissions, Modifications, and Withdrawals of Bids provision of this solicitation. (c) The Government will test or evaluate bid samples to determine compliance with all the characteristics listed for examination in this solicitation. The Government will reject the bid when the sample fails to conform to the required characteristics. Products delivered under any resulting contract must conform to — (1) The approved sample for the characteristics listed for test or evaluation; and (2) The specifications for all other characteristics. (d) Unless otherwise specified in the solicitation, bid samples shall be — (1) Submitted at no expense to the Government; and (2) Returned at the bidder’s request and expense, unless they are destroyed during pre-award testing. You can visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. The full text of FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Please note: BID SAMPLES - BUT NOT THE PRICE QUOTE - must be sent to: Ernie Miller, United States Department of Agriculture (USDA) Animal Plant Health Inspection Service (APHIS), Plant Protection & Quarantine (PPQ), Pink Bollworm Rearing Facility (PBWRF), 3645 East Chipman Road, Phoenix AZ, 85040-2927. NOTE: PRICE QUOTATIONS must be signed, dated and received by no later than 4:00 p.m. Central Time (CT) on Friday, May 08, 2009 via fax 612-336-3550 or email to larry.d.nelson@aphis.usda.gov. Any quote received after the stated date and time will not be considered for evaluation purposes and no further consideration will be given to the offerors’ quote, thereby making an offeror ineligible for award. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CC by calling 1-800-334-3414 or online at www.bpn.gov/CCR.n For questions concerning this Request for Quotation contact Larry Nelson, Contracting Officer, via email at larry.d.nelson@aphis.usda.gov. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61b74eb726e33cbb0a226794508c15db&tab=core&_cview=1)
 
Place of Performance
Address: Phoenix, AZ, United States
 
Record
SN01801759-W 20090426/090424222338-61b74eb726e33cbb0a226794508c15db (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.