Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2012 FBO #3975
SOLICITATION NOTICE

52 -- Penetrometers, Accessories, Repair,Calibration and Accuracy Verification Services - AG-6395-S-12-0092

Notice Date
10/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-12-0092
 
Archive Date
11/30/2012
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208, Nathan Johnson, Phone: 612-336-3404
 
E-Mail Address
carol.dingess@aphis.usda.gov, nathan.d.johnson@aphis.usda.gov
(carol.dingess@aphis.usda.gov, nathan.d.johnson@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 - please complete and return THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPARTS 12.3, 13.303 AND 15.101-2 PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 for a 100% small business set-aside. Scope of Work: The United States Department of Agriculture (USDA), Agricultural Marketing Service (AMS), Fruit & Vegetable Program (FVP), Fresh Products Division (FPD), Equipment & Forms Depot in Fredericksburg, VA is in need of a Firm Fixed Priced Blanket Purchase Agreement to supply Penetrometers, Accessories, Repair, Calibration and Accuracy Verification Services for a period not to exceed five years. The Depot provides specialized custom equipment to 33 Federal field offices and 36 states which participate in Cooperative agreements with the USDA. They also provides equipment to the Produce Industry both in the U.S as well as internationally. Quantities to be ordered on delivery orders is pursuant to the demand for the product at the time the delivery orders are to be issued. There are two different models of penetrometers which are used by inspectors in the field in performing pressure testing on various fruits and vegetables in order to determine ripeness. The following specifications apply to both models of penetrometers and are the minimum requirements: The following lists the specifications for the establishment of a Multi-Year Blanket Purchase Agreement with a fiscal year MINIMUM of ZERO and a fiscal year MAXIMUM of 100 per item number. FPD will have no obligation to purchase at either of the previous mentioned purchase levels. Quantity to be ordered on delivery orders is pursuant to the demand for the product at the time the delivery order is issued. This Statement of Work (SOW) establishes the product specifications for acquisition of two different models of penetrometers which are used by inspectors in the field in performing pressure testing on various fruits and vegetables in order to determine ripeness. The following specifications apply to both models of penetrometers and are the minimum requirements: Graduations: Dual graduations in pounds (lbf) and grams (gf) with lbf on the outer reading line. Accessories: Penetrometer Tip (s), Test Hook, Peeler, Splash Plate and Manual in a compact case. Size: Overall Length: 3.5 Inches (90 mm). Warranty: One Year Limited Net Weight: 3 Ounces (90 g). Accuracy: ± 1 Graduation ITEM (CLNS 001, 007, 013, & 019) FRUIT TESTER (FT SERIES)-FT 10 Capacity: 10 lbf X 2 ozf Graduation: 5 kgf X 50 gf Tips: 5/16" (8 mm) Diameter ITEM (CINS 002, 008, 014, & 020) FRUIT TESTER (FT SERIES)-FT 30 Capacity: 2 lbf X 1/4 ozf Graduation: 1 kgf X 10 gf Tips: 5/16" (8 mm) Diameter ITEM (CLINS 003, 009, 015, & 021) TEST STAND Compact manual test stand lever which includes mounting plate for FT 10 and FT 30. ITEM (CLINS 004, 010, 016, & 022) REPAIR SERVICES Replace gage with factory rebuilt gage. ITEM (CLINS 005, 011, 017, & 023) CALIBRATION SERVICES Accuracy verification-if unit is within acceptable tolerances a National Institute of Standards and Technology (NIST) Calibration Certificate will be issued. ITEM (CLINS 006, 012, 018, & 024) Repair and Accuracy Verification Services Accuracy verification-if unit is out of tolerance the gage will be replaced with a rebuilt gage and a National Institute of Standards and Technology (NIST) Calibration Certificate will be issued. It is possible that these services will not be required in any fiscal year. The need for having these services performed will be pursuant to whether or not a penetrometer is producing erroneous readings. These services will be performed by the supplier/manufacturer at their facility. AMS will ship at our cost to the supplier/manufacturer's facility but return of the product to AMS will be at their cost and should be reflected in the cost for services. THE SELECTED OFFEROR MUST COMPLY WITH THE FOLLOWING COMMERCIAL ITEM TERMS AND CONDITIONS, SOME OF WHICH ARE INCORPORATED BY REFERENCE: 52.252-2 -- Clauses Incorporated by Reference. 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 452.211-74 PERIOD OF PERFORMANCE 452.216-74 CEILING PRICE 52.216-22 Indefinite Quantity 52.216- 5 Price Redetermination-Prospective AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS THE SEECTED OFFEROR MUST COMPLY WITH THE FOLLOWING COMMERCIAL PROVISIONS 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items. 52.216-27 Single or Multiple Awards. 52.212-3 Offeror Representations and Certifications-Commercial Items. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete quotation package, as a minimum, the package must contain the following items: Completed Attachment 1 SF1449 Form Schedule of items need to be completed and sent to the attention of Carol Dingess at the Email, Fax, or address listed on the 1449 form box 15 by COB of Solicitation due date. Please be sure to complete page 1 boxes 17a & 30a,b & c, Section E. Price Schedule for base period and 4 option periods, and provision AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Anyone wishing to do business with the USDA Shall complete certifications electronically at http://orca.bpn.gov. An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision included in the solicitation. Offers submitted without completion of this provision will be considered nonresponsive. ONLINE A completed Central Contractors Registration at http://www.ccr.gov In accordance with FAR 52.212-1 (k) Central Contractor Registration; anyone wishing to do business with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220. Registration is free. Anyone doing business with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. The U.S. Department of Agriculture is a Tax Exempt Agency; exempt from state and federal tax. TAX ID NUMBER: 41-0696271. TAX EXEMPT# 4700
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0092/listing.html)
 
Place of Performance
Address: USDA, AMS, FVP, FPD, Equipment & Forms Depot, 100 Riverside Parkway Suite 101, Fredericksburg, Virginia, 22406, United States
Zip Code: 22406
 
Record
SN02911506-W 20121012/121010234418-4e30c7240bbeb9656d734e0e36d622ed (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.