Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2013 FBO #4325
SOLICITATION NOTICE

87 -- Alpha Pinene Lure traps - SF1449 Schedule of Items - Statement of work (Alpha) - Statement of work (Ips.sp. Lure)

Notice Date
9/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325320 — Pesticide and Other Agricultural Chemical 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-13-0185
 
Point of Contact
Patricia Y Harris, Phone: 612-336-3207
 
E-Mail Address
patricia.y.harris@usda.gov
(patricia.y.harris@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work for the Ips sp. Lure, 3 Component traps Statement of work for the Alpha Pinene Lure UHR Schedule of Items (SF1449) - Alpha Pine Lure This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 streamlined, and supplemented with (FAR) Parts 13 & 15 and with additional information included in this notice. FAR Part 13 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. The reference number is AG-6395-S-13-0185 and the solicitation is issued as a request for quote (RFQ). This solicitation will result in a firm fixed priced definite delivery, indefinite -delivery contract for a base period and four option periods for CLIN001Alpha Pinene Lures (7540 ea); CLIN002 Alpha Pinene Lures (350 ea); and CLIN003 Ips sp. Lure, 3 Component (5500 ea). The solicitation is a 100% Small Business Set Aside in accordance with FAR Clause 52.219-6. APHIS/PPQ may request samples after award in accordance with FAR 52.209-4 to ensure correct production design, coloration, application of adhesive and adhesive type meets the requirements. In accordance with FAR 52.209-4 (i)The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. If requested the First Article samples shall be delivered to: USDA, APHIS, PPQ, CPHST Solicitation# AG-6395-S-13-0162 Attention: Vic Mastro Bldg 1398 Otis ANGB, MA 02542 Phone: 508-563-9303 The Statement of Work for this requirement is provided as an attachment to this combined synopsis/solicitation. Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual delivery orders. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. (a) The Government will award a firm-fixed price contract resulting from this solicitation to the responsible firm(s) whos offer conforming to the solicitation will be most advantages to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance. Technical capability and past performance, when combined, are equally important when compared to price. A competitive firm-fixed price, completion type award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The quote, at a minimum, must meet or exceed the acceptability standards for non-cost factors: technical capability based on the SOW, and past performance. If no past performance references are included, the past performance will be rated neutral. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Additional guidance on price and past performance is provided under provision 52.212-1. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision 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. Addendum 1 - additional clauses/provisions, is provided as Attachment 1 to this combined synopsis/solicitationThe 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 at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-19, Child Labor - Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at http://www.sam.gov. Please complete and return all items listed in section of attached SF1449. Quotations are due no later than 10:00am, CST on Friday, September 27, 2013. Submission of the offer to the Contracting Officer via email only to: patricia.y.harris@aphis.usda.gov. Emailing is the only method of submitting a quotes Should there be any questions regarding this posting, please submit them in writing to the Contracting Officer. Questions will not be answered over the telephone. All Offerors are required to enroll in the web-based invoice processing "Invoice Processing Platform (IPP). Enroll at https://ipp.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0185/listing.html)
 
Place of Performance
Address: Moore Air Base, Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN03202299-W 20130927/130925235451-cb2c7b34ecda58124762b90483bfd150 (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.