SOLICITATION NOTICE
68 -- USDA APHIS PPQ - Yellow Sticky Traps
- Notice Date
- 2/21/2020 6:34:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325320
— Pesticide and Other Agricultural Chemical Manufacturing
- Contracting Office
- USDA APHIS EDINBURG TX 78541 USA
- ZIP Code
- 78541
- Solicitation Number
- 12639520Q0090
- Response Due
- 3/2/2020 7:00:00 AM
- Archive Date
- 03/03/2020
- Point of Contact
- Kim Yen Tu, Phone: 6123363602
- E-Mail Address
-
kimyen.n.tu@usda.gov
(kimyen.n.tu@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined 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. 2. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. 3. This is a combined synopsis/solicitation for Baited and un-Baited yellow Sticky Traps as defined herein. The government intends to award a firm-fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This procurement is set-aside for small business only. The associated North American Industrial Classification System (NAICS) code for this procurement is 325320 with a small business size standard of 1000. 4. Supplies Required Quantity: 100,000 Baited �Yellow Sticky Traps (each) � � � � � � � Price: ________ � � � �� Total:_________ Qauntity : 20,000 Un-Baited Yellow Sticky Traps (each) � � � �� Price: ________ � � � �� Total:_________ 5. Product Specifications APHIS, requires the following specification for the Baited, Yellow Sticky Trap: The trap will be made from twenty-four (24) point paper stock with polyethylene coating on both sides to afford water-resistance.� This type of paper must be used because it can better withstand the climatic elements than other grades. The traps will have a sticky surface area with-in a range of 90-108 inches square. The trap will have at least 4 pre punched holes that are approximately �� in diameter and are approximately 3/8th of an inch away from the edge of the trap. The holes must be arranged in such a way that when the trap is folded along the midline crease at least two holes are aligned, forming a singly hole, allowing the trap to be fastened in half. The trap is creased and perforated along the midline. Side A� The color of this side should be white.� The printing �Trap No. _________________� is in 26 point Courier New typeface with an adjoining two and one-half inch contiguous line.� The printing � Date___________________� one inch below �Trap No.� to be in 26 point, Courier New typeface with an adjoining two and one-half inch contiguous line. No Adhesive� is applied to Side A Side B The surface is to have grid marks printed on the trap so that the sticky area of the trap is divided evenly in approximately 1 square inch segments.� Manufacturing date (minimum of month and year) should be printed on side B in a clear 8 point type face.� And positioned so that it doesn�t obstruct any other printing. Stickem Special� or equivalent is the only approved adhesive for these traps.� Baited traps will contain a solution of Stickem Special� or equivalent and protein hydrolysate food attractants. This combination will be referred to as �Adhesive Solution� throughout the rest of this document. This side of the trap is coated with the Adhesive Solution applied evenly to yellow surfaces.� The trap will have approximately a 1� boarder free of adhesive to allow for the trap�s handling.� Total Adhesive Solution will be 7-8 grams per trap.� Note: the proper amount of Adhesive Solution used is a critical element of this specification. The Adhesive Solution will be applied evenly to the entire sticky area of the trap.� The total surface area with Adhesive Solution applied must be between 90 and 108 square inches.� Trap must be colored Pantone Matching System (PMS) #102 Yellow.� No other color will be considered for this solicitation. Printing, �GOVERNMENT INSECT TRAP � DO NOT DISTURB� in 26 point, Courier New typeface. 6. Delivery/ Packaging FOB destination to: USDA APHIS PPQ �22675 N. Moorefield Rd �Bldg 6420 �Edinburg, TX 78541 Delivery within 60 days delivery ARO. Packaging is an important part of the delivery of these fragile products. The following must be adhered to: The individual traps should be packaged in units of 25 or 50. aUnits of traps must be covered with >4 mm clear plastic bag The shipping containers must be sturdy enough to ensure safe delivery. Each shipment will contain a valid Material Safety Data Sheet (MSDS). Each shipment will include a packing slip identifying the following: ��������������� 1. Manufacturer ��������������� 2. Batch/Lot Number ��������������� 3. Date of Manufacture ��������������� 4. Government Procurement Number ��������������� 5. Quantity Shipped Material shall be packed for shipment in such a manner that shall insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission regulations, Uniform Freight Classification rules, or regulations of other carriers as applicable to the mode of transportation. � 7. If a company is found to have provided products that fall outside the prescribed specifications, the company will provide working replacements for these products at no cost to the government. At the request of the company, APHIS may provide representative samples of the failed products.� The company will be required to arrange for shipping costs and logistics for the transportation of failed products and replacement traps.� Understanding, the USDA field personal doesn�t have the required training to ship this material. � 8. Award shall be made to the responsible quoter conforming to the solicitation and who will be most advantageous to the Government. The government will evaluate information based on the following evaluation criteria: (1) Technical Capability (3) Delivery Time and (2) price.� 9. The following solicitation provisions apply to this acquisition: 52.204-16, �Commercial and Government Entity Code Reporting� (Jul 2016)� 52.212-1, �Instructions to Offerors -- Commercial Items� (Jan 2017) 52.212-3, �Offeror Representations and Certifications -- Commercial Items� (Jan 2017) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. 10. The following contract clauses apply to this acquisition: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18, �Commercial and Government Entity Code Maintenance� (Jul 2016) 52.212?4, �Contract Terms and Conditions�Commercial Items� (Oct 2018) 52.232-40, �Providing Accelerated Payments to Small Business Subcontractors� (Dec 2013) 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� (Jan 2020) The following subparagraphs of FAR 52.212?5 are applicable: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644). (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O.11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. (48) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 49) 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). (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). 11. All quoters shall submit the following: (1) Quote - Please indicate whether 60 days delivery ARO can be met (2) Capability Statement (include images of trap) (3) SAM Registration Information/DUNS number (4) Past performance same of similar to this requirement.� 12. Submission shall be EMAILED ONLY to Kim Yen Tu , the Contract Specialist, at kimyen.n.tu@usda.gov. Quotes are due not later than 03/02/2020 at 9am Central Time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212?1(f). Any questions or concerns regarding this solicitation should be forwarded in writing ONLY via e?mail to Kim Yen Tu, the contract specialist.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/de2510c599674459897713079a67180c/view)
- Record
- SN05568832-F 20200223/200221231659 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |