SOLICITATION NOTICE
99 -- Metal Emergence Box Modification - SOW for Emergence Box Modification
- Notice Date
- 5/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332322
— Sheet Metal Work Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, MRPBS, ASD, Specialized Contracting Branch, 2150 Centre Avenue Building B, MS2E6, Fort Collins, Colorado, 80526, United States
- ZIP Code
- 80526
- Solicitation Number
- AG-6395-S-09-0100
- Point of Contact
- Leigh D. Eberhart, Phone: 6123363206, Larry Nelson,, Phone: 612-336-3225
- E-Mail Address
-
Leigh.D.Eberhart@aphis.usda.gov, Larry.D.Nelson@aphis.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Emergence Box Drawing 2. Emergence Box Lid Drawing 1. SOW for Emergence Box Modifications Combined Synopsis/Solicitation for Metal Emergence Box Modification and rework. (i) This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is for a total small business set aside. The NAICS code is 332999. The small business size standard is 500 employees or less. (iii) 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. (iv) The solicitation number for this effort is AG-6395-S-09-0100 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) 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/ (vi) REQUIREMENTS AND QUANTITIES: This requirement consists of one (2) line items: CLIN 001- Modification to metal boxes known as Emergence Boxes that are used as pupae eclosion for holding sterile moths in the Pink Bollworm Eradication Program. A total of 500 boxes will need to be modified and completely sealed around the rear door, lack of complete sealing allows PBW moths to escape. These Emergence Boxes will be picked up 25 boxes at a time from the PBWRF, modified and then returned. CLIN 0002 is for the transportation costs for movement of the 500 boxes, removal and return of finished product. The following are the work requirements: SOW for emergence box modifications Back ground: The pink Bollworm Rearing Facility (PBWRF) located in Phoenix, AZ supplies 26 million sterile moths per day to participating states and Mexico as part of the Pink Bollworm Eradication Program of this series cotton pest. One operation in the facility employs metal boxes called emergence boxes which are used for pupae eclosion boxes. Many of these boxes are in excess of 15 years old and have become impossible to completely seal around the rear door. This lack of complete sealing allows PBW moths to escape. We therefore need to modify the boxes and lids to prevent such escapes. Purposes and Objectives: The PBWRF requires a vendor to implement the following redesign of the rear door and modification of 500 boxes. Specifications are as follows. Box modifications: •Removal of rolled hem edge on end of box. •Remove ˝” X ˝” X 1/8” angle iron ontop and bottom inside box •Remove four (4) existing exterior latches •Clean and deburr areas where parts were removed to prepare for new parts. •Fabricate and weld 20 ga galvanized gasket mating flange every 1-1/2” around interior of box as per drawing. •Weld four new latches per drawing •Weld four- 14 ga galvanized latch latch brackets per drawing. Redesigned rear doors to include: •Door fabricated from 22 ga galvanized with hemmed edge and welded corners per drawing •.5” X.75 “ 22 ga galvanized angle spot welded to interior per drawing. •Attach ISOLOSS gasketing around interior •Weld four latch strikes to outside. Hardware specifications: •Nielsen latch #HC83314-42LALBSS •Nielsen strike #HS179286SS •ISOLOSS LS: 1550.5” X.75” black w/PSA one side. The order is for 500 boxes. The USDA will deliver boxes in groups of 25 to the vendor. Upon completion of the 25 units the vendor will request another 25 until order is complete. See Attachment for Drawing 1 Emergence Box Lid and Drawing 2 Emergence Box (viii) All work performance upon completion must be delivered FOB Destination to USDA APHIS PPQ PBWRF, 3645 East Chipman Road, Phoenix, AZ 85040-2927 by October 31, 2009. Final inspection would need to be completed by the USDA APHIS PPQ PBWRF, 3645 East Chipman Road, Phoenix, AZ 85040-2927. The offerors price must include shipping to the FOB destination. (ix) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. 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 following factors shall be used to evaluate offers: Price; Technical capability including quality of materials; Delivery Schedule and Past Performance. Technical/quality factors, Past Performance and Delivery Schedule together are roughly equal to Price, with Technical/quality being highest of the non-price factors, and Price being the highest factor. (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) 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: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-8 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; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act—Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 02:00 PM CST, May 18, 2009. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the item, CLINS 001 and 002 which provides the total price for all work. 2) Signature of the offeror on the page which lists the price. 3) Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation 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 quote, thereby making an offeror ineligible for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52978251fb3dde2d86134c4c0c08af9a&tab=core&_cview=1)
- Place of Performance
- Address: USDA APHIS PPQ PBWRF, 3645 East Chipman Road, Phoenix, Arizona, 85040-2927, United States
- Zip Code: 85040-2927
- Zip Code: 85040-2927
- Record
- SN01810796-W 20090508/090506222832-52978251fb3dde2d86134c4c0c08af9a (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 |