SOLICITATION NOTICE
65 -- Personal Protective Equipment (PPE) - NVS
- Notice Date
- 5/13/2021 9:08:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
- ZIP Code
- 55401
- Solicitation Number
- 12639521Q0152
- Response Due
- 5/17/2021 11:00:00 AM
- Archive Date
- 06/01/2021
- Point of Contact
- Kim Yen Tu, Phone: 16123363602
- 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
- Combine Synopsis/Solicitation for Commercial Items USDA APHIS VS NVS � 12639521Q0152 RATED ORDER FOR PPE 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 2021-05. 3. This is a combined synopsis/solicitation for Personal Protective Equipment (PPE) as defined herein. The government intends to award a firm-fixed price rated 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 339113 with a small business size standard of 750. 4. Supplies Required The NVS seeks to purchase PPE and supplies required to maintain inventory required to meet the response requirements of HSPD 9 in the event of a damaging animal disease outbreak. 5. Product Specifications Please see attached spreadsheet for item specifications. All items must be commercially available off the shelf. Please pay attention to packaing requirements for each item. **Gloves listed on spreadsheet are required to be 4mil thick. To maximize shelf life of items, all offered PPE suits must either be manufactured after award or no earlier than 3 months before delivery date.� All PPE items (suits, boot covers, gloves, respirators) must either be manufactured after contract award/delivery or no earlier than 3 months before contract award/delivery, this includes all other items with expiration dates to ensure full expiry date of products.� 6. Delivery/ Packaging FOB destination to: USDA APHIS VS 3500 149th St Suite 300 Kansas City, MO� 64147 POC:� Melody Allison Phone:� 816-410-6404 Delivery of all products must begin within 30 days of award and completed within 120 days. USDA APHIS understands the shortage of PPE items. Alternative delivery schedules will be considered.� 8. Provide one year replacement warranty at no cost to the Government (manufacturer warranty or contractor warranty). 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. 9. 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 Acceptability (3) Delivery Time and (2) price. Only one award will be made. 10. The following solicitation provisions apply to this acquisition: 52.203-17, �Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights� (Jun 2020) 52.204-16, �Commercial and Government Entity Code Reporting� (Aug 2020) 52.204-24, �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment� (Oct 2020) � Please fill out attached NDAA 889 Certification at part d 52.212-1, �Instructions to Offerors -- Commercial Items� (June 2020) 52.212-3, �Offeror Representations and Certifications -- Commercial Items� (Feb 2021) - 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. 11. The following contract clauses from 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021) apply to this acquisition: 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-18, �Commercial and Government Entity Code Maintenance� (Aug 2020) 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 2021) The following subparagraphs of FAR 52.212?5 are applicable: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (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. (Jun 2020) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (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) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Nov 2020) (15 U.S.C. 632(a)(2)). (26) 52.219-33 Nonmanufacturer Rule. March 2020 (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126). (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). (34) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2020) (E.O. 13496). (35) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). (50) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332). 12.� A complete quote package will consist of the following: A. ������� Price Quote.� Quoted price must be delivered price and include all costs associated with delivery of products to Kansas City, MO. Use the spreadsheet to fill out pricing and confirm packaging of each item. Please indicate if contractor is offering alternative products.� B.�������� Place of manufacture information and warranty information C.�������� Technical Proposal which includes product specification sheets for all items offered plus manufacturer warranty information D. ������� Estimated Delivery Lead Time for the various items E.�������� Fill out and return NDAA 889 Certification 13. Submission shall be EMAILED ONLY to Kimyen Tu, the Contract Specialist, at kimyen.n.tu@usda.gov. Quotes are due not later than May 17th, 2021 @ 1:00pm 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 Kimyen Tu, the contract specialist at kimyen.n.tu@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/304fd0113d4a4861a11385b027b23e0b/view)
- Place of Performance
- Address: Kansas City, MO, USA
- Country: USA
- Country: USA
- Record
- SN06001523-F 20210515/210513230124 (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 |