Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2020 SAM #6677
MODIFICATION

89 -- Toasted Soy Flour (Bio Assayed) for feed supply in support of USDA Mexican Fruit Fly Rearing Facility

Notice Date
3/9/2020 12:11:24 PM
 
Notice Type
Solicitation
 
NAICS
311211 — Flour Milling
 
Contracting Office
USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
12639520Q0088
 
Response Due
4/30/2020 2:30:00 PM
 
Archive Date
05/15/2020
 
Point of Contact
Rita Fish-Whitlock, Phone: 6123363432
 
E-Mail Address
Rita.FishWhitlock@usda.gov
(Rita.FishWhitlock@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notes to Quoters: This solicitation is for a fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract for Toasted Soy Flour.� The performance period is five years.� Quoted prices shall include all costs necessary to supply and deliver the product as described FOB destination to Edinburg, Texas.� This solicitation is issued 100% small business set-aside. The Non-manufacturer Rule applies to this requirement.� �Non-manufacturer rule� means that a contractor under a small business set-aside shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). The NAICS code for this acquisition is 311211, with a size standard of 1000 employees.� All quantities are estimates and are not guaranteed.� Vendors must disclose and include with their quote, the country of manufacture if the item being supplied is not made in America. See 52.212-3(f), Buy American Certificate.��� Product samples are required prior to the deadline for this solicitation, and prior to each delivery for bio assay quality control procedures. Evaluations will be conducted using FAR part 13 procedures, award will be made based on best value, price and other factors considered.� Interested vendors must submit a completed pricing schedule, product description with specific nutrient information, a first article test sample, and two references for past performance. ��(See Provision 52.212-2 at the end of this document for factors).�� Quoted price shall include all costs necessary to perform the work.� Quoter�s are responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Quotations that include additional terms may be excluded from consideration. Alternate Pricing Schedules will not be considered. Quotations must include a price for all items in the solicitation to be eligible for award. The following items are required to be submitted in order to be eligible for award: A signed copy of the SF 1449 Form. Please complete Block 17a including vendor name, address, phone number, Federal Tax ID number, and DUNS number. Then, sign in block 30a. Price schedule for each year of the contract as organized in Section 1.1 of the Solicitation. Technical product information that includes, nutrient information, and two references.� (Contractors are encouraged, but not required, to submit material information that demonstrates contractor�s ability to meet contract requirements as outlined in Section 2.2.) First article test sample shall be mailed to the following individual, postmarked prior to the deadline in this announcement: Attn: Buddy Roper USDA APHIS PPQ MFFRF, 22675 N. Moorefield Road, Bldg. 6418,� Edinburg, TX 78541 SYSTEM for AWARD MANAGEMENT (SAM) REGISTRATION: SAM Registration is required of all federal contractors.� SAM registration enables electronic funds transfer of contract payments.� If your company is not already registered, please register in the SAM database at �https://www.sam.gov/portal/public/SAM/. Quoters must be registered in SAM when they submit their quote. A DUNS number is required for SAM registration.� If your company does not have DUNS #, obtain one by calling 800-333-0505. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO RITA FISH-WHITLOCK, BY EMAIL TO rita.fishwhitlock@USDA.gov no later than 4 days before quotes are due. YOU MAY EMAIL YOUR QUOTE DIRECTLY TO RITA FISH-WHITLOCK before the time specified on the solicitation.� Send quotes to: rita.fishwhitlock@USDA.gov.� USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX-EXEMPT. FEDERAL TAX. I.D. NO. 41-0696271. Toasted Soy for the Mexican Fruit Fly Rearing Facility Larval Diet PURPOSE The Mexican Fruit Fly (MexFly) Rearing Facility for the last 28 years has been rearing fruit flies in the Rio Grande Valley. The current production of Mexican Fruit Fly pupae is currently set at 150 million pupae per week. Toasted Soy Flour is used as a vital source of nutrients in the diet for the larval development of the Mexican Fruit Fly. Currently there is no other product evaluated as effective as the Toasted Soy Flour described below. Several years ago a study was conducted by the Center for Plant Health Science and Technology (CPHST) scientists to produce a diet formula that improved the quality of the Mexican Fruit Flies reared at Moore Air Base for Sterile Insect Release. The purpose of this acquisition is to acquire such food source. ����������� 1.1 Period of Performance and Pricing Schedule. This is a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for bio assayed toasted soy flour.� The term of this contract will be for five years. These quantities in the schedule are only an estimate and are not guaranteed.� Currently, approximately 825, 50 pound bags are ordered thrice per year, for an approximate total of 2250 50lb bags annually.� There is no guarantee that additional items will be ordered throughout the remaining life of the contract, however it provides context for the production possibly needed. The minimum requirement for this contract is $25,000.00.� Additional orders are not guaranteed. All unit prices must be inclusive of all costs, including delivery costs FOB destination to Moore Airbase in Edinburg, Texas. PRICING SCHEDULE Prices per Period of Performance������ Price per 50lb bag������ Est. Qty����������� Unit����� Total Price Year 1: 04/30/2020-05/01/2021 ����������� 001. 50lb Toasted Soy ����������� �������� Flour������������������������������ $��_______�������� �������� �2475������ ������� ����������� BG������ $________ Year 2: 04/30/2021-05/01/2022 ����������� 002. 50lb Toasted Soy ����������� �������� Flour������������������������������ $��_______�������� �������� �2475������ ������� ����������� BG������ $________ Year 3: 04/30/2022-05/01/2023 ����������� 003. 50lb Toasted Soy ����������� �������� Flour������������������������������ $��_______�������� �������� �2475������ ������� ����������� BG������ $________ Year 4: 04/30/2023-05/01/2024 ����������� 004. 50lb Toasted Soy ����������� �������� Flour������������������������������ $��_______�������� �������� �2475������ ������� ����������� BG������ $________ Year 5: 04/30/2024-05/01/2025 ����������� 005. 50lb Toasted Soy ����������� �������� Flour������������������������������ $��_______�������� �������� �2475������ ������� ����������� BG������ $________ 2.0 STATEMENT OF WORK � TOASTED SOY FLOUR 2.1 �Objective. The UNITED States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), intends to acquire bio assayed toasted soy flour which meets the specifications stated below.� The toasted soy flour is needed as feed to Mexican Fruit Fly pupae, in support of its fruit fly program.� The Fruit Fly Program supports the APHIS Fruit Fly Exclusion and Detection program in meeting its goals to: strengthen detection and response capabilities, conduct preventative sterile fly releases over areas susceptible to fruit fly outbreaks, and maintain ongoing control programs in order to prevent exotic fruit flies from becoming established or spreading within the United States. Program efforts are centered on providing continued technical and methods support to the field during emergency response quarantine and eradication activities. These include support to improve fruit fly rearing and emergence techniques; fruit fly aerial sterile releases; release equipment calibration; ground pesticide treatments and operational techniques; enhanced detection; modeling of pest colonization and dispersal; and quality assurance of program resources such as lures, diets, and control pesticides. The purpose of this project is to procure Toasted Soy Flour product. The work to be performed under this contract consists of furnishing all materials, equipment, supplies, labor and transportation as required by the Pricing Schedule and in accordance with these specifications. All work materials and services not expressly called for in these specifications, but are necessary for completion of the contract requirements, shall be performed and furnished by the Contractor at no additional cost to the Government. 2.2 Product Specifications. The following specifications are required, substitutions will not be accepted: The specification percentages are per 50 pound bag. Substitution of specifications as stated below are not allowed. Must be 100% soy product, i.e. no additives Have a protein content of not less than 50% Maximum fat content 3.0% Minimum fiber content 3.3% Maximum fiber content 18% Maximum ash content 6.0% Deliver product in a timely manner based on a provided schedule of delivery. Standard Plate Count, 50,000 max. Coliform <5/gram Molds & Yeast <100/gram Must be 20 PDI (toasted) 2.3 Bio assay and First Article Testing. In addition to first article testing prior to award, first article testing shall also occur prior to each delivery.� Following the issuance of an order the contractor shall supply a 1-pound sample bag (First Article) of the Toasted Soy Flour for testing by the Government. The sample shall be received within 10 days after receipt of a delivery order. The sample shall be delivered to: ���������������� Attn: Buddy Roper USDA APHIS PPQ MFFRF, 22675 N. Moorefield Road, Bldg. 6418,� Edinburg, TX 78541 Phone: 956-205-7684 First article testing shall be performed in accordance with contract clause 52.209-4 First Article Approval � Government Testing. The sample will be tested for compliance with Product Specifications (Section 2.2). Samples will be evaluated by the Government within 5 working days from the date received. Contractor will not be reimbursed for the cost of samples. 2.4 Quantity/Delivery. As of the date of this document, approximately 825, 50 pound bags are ordered thrice per year, for an approximate total of 2475 50lb bags annually.� As needs may fluctuate, more or less product may be needed in any given year. Orders may require more than one delivery date.� If multiple deliveries are requested in an order, the delivery dates will be included in the order.� If not otherwise indicated, delivery must be made within 30 days after receipt of the order (time includes sample testing and approval). 2.5 Packaging and Delivery. The product shall be packaged in multi-walled paper bags with plastic liners. Product shall be packaged in 50 pound paper bags. Each shipment shall be palletized and shrink wrapped on the pallet. The shrink wrapped pallets shall have not more than 50 bags per pallet for a total of 825 bags per shipment. All items must be delivered FOB Destination to: Delivery Address (FOB Destination):����������� USDA APHIS PPQ � ��������������������������������������������������������������������� 22675 N. Moorefield Road Bldg 6420 � ��������������������������������������������������������������������� Warehouse at Moore Air Base � ��������������������������������������������������������������������� Edinburg, TX 78541 956-205-7604 Deliveries shall be made Monday through Friday between 7 a.m. and 3:00 p.m. Government Warehouse Point of Contact: �� Martha Garza APHIS PPQ Field Operations Phone: (956) 205-7608 Main office 956-205-7600 ask for Warehouse 2.6� Warranty. The contractor shall provide the Government at least the same warranty terms offered to the general public in customary commercial practice. At minimum, the contractor shall guarantee product quality for full compliance with contract specifications, terms and conditions for 60 days from the date of delivery, inspection, and acceptance. The USDA reserves the right to perform follow up testing for the above contaminants on any shipment received for at least 60 days from the date of delivery, inspection, and acceptance and can return the shipment to the vendor for credit if found contaminated.� Any return shipping costs shall be borne by the vendor. In the event the shipment is rejected, it is the contractor�s responsibility to replace the product in a timely manner in accordance with contract clause 52.212-4. 3.0 CONTRACT ADMINISTRATION 3.1 �DELIVERY ORDER Delivery orders will be issued against this contract on a firm fixed price basis at the quoted price. The contractor will submit invoices upon successful delivery of items. Orders may be placed by a warranted contracting officer via email.� 3.2 INVOICING INFORMATION USDA uses the Invoice Processing Platform (IPP) for electronic submission and tracking of purchase orders, invoices, and payment information to its suppliers of goods and services:� Enroll at https://ipp.gov.� The IPP is a government-wide secure web-based invoice processing service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury�s Financial Management Service (FMS). Contractors must submit invoices and attach all supporting documentation as required within 5 business days of delivery of product. A proper invoice must include: (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Name, title, and phone number of person to notify in event of defective invoice; and (vii) Taxpayer Identification Number (TIN). The Government reserves the right to reject an invoice that does not include the information above. 3.3 POINTS OF CONTACT For questions regarding general contract administration, please contact Rita Fish-Whitlock, Contract Specialist, at 612-336-3432 or Rita.Fishwhitlock@usda.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e4529fd2bb4248fd898ed0d34d913873/view)
 
Place of Performance
Address: Edinburg, TX 78541, USA
Zip Code: 78541
Country: USA
 
Record
SN05582892-F 20200311/200309230152 (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 |
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.