Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 16, 2024 SAM #8145
SOURCES SOUGHT

66 -- 66--GLASS BOTTLES AND CAPS

Notice Date
3/14/2024 1:15:55 PM
 
Notice Type
Sources Sought
 
NAICS
326160 — Plastics Bottle Manufacturing
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0224Q0069
 
Response Due
3/27/2024 4:00:00 PM
 
Archive Date
03/27/2024
 
Point of Contact
Osman, Khadija, Phone: 3032369319
 
E-Mail Address
kosman@usgs.gov
(kosman@usgs.gov)
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey (USGS) is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 326160 Plastic Bottle Manufacturing with a Small Business size standard in number of 1,250 employees for an upcoming requirement of Polyethylene Bottles and Caps. Information and Background: The U.S. Geological Survey (USGS), National Water Quality Laboratory (NWQL), located in Lakewood, CO, has a requirement for glass bottles and caps for use in the Water Resource Discipline (WRD) water sampling and testing programs. The bottles and caps are shipped from the NWQL to USGS Water Science Centers (WSC) throughout the United States and Puerto Rico. The WSC�s fill the bottles with water samples and ship the full bottles back to the NWQL for analysis. Scope: This specification covers the requirements for glass bottles and caps. The Government may add or delete items from the contract based on the changing needs of its sampling and testing programs throughout the period of performance of the contract. Requirements: (a) The contractor shall provide as required, glass bottles and closures (caps) for use as shipping containers for water samples from field offices to the USGS/National Water Quality Lab NWQL) for analysis. (b) The contractor shall be required to provide supplies pursuant to this contract as ordered from time to time during the term of this contract. The quantities specified herein are estimates only, and the Government makes no representation or guarantee as to frequency of orders or amount of supplies or the aggregate value of such supplies. (c) The contractor shall supply clear glass bottles made of Type Ill (Soda Lime) Glass and ""amber"" glass bottles with dyes (0.25% � 0.01% Iron Oxide) to limit light penetration to the sample contents. The bottles shall be industry shapes ""Boston Round"" and ""Straight Sided"". (d) The glass bottles shall have the standard Glass Container Manufacturing Institute (GCMI) 400/430 thread finish and ability to withstand a torque application of 10-25 inch pounds. (e) The glass bottles shall be shipped capped with the Melamine/Phenolic caps that fit the bottles, except for the 8 oz. (250ml) glass amber bottle (Line Item#0004) and 2 oz. (60ml) glass amber bottle (Line Item #0005). The 2 oz. (60ml) clear glass bottle, line item# 0003 requires the 20mm polyseal cap applied with 10-25 inch pounds torque. (f) The contractor shall supply closures (caps) for bottles made of Melamine/Phenolic resin with a coextruded polyethylene/.005 FEP Teflon liner. The exception shall be the two ounce clear glass bottle that shall have a melamine 20mm polyseal cap. (g) The co-extruded polyethylene/.005 Teflon closure/cap lining consists of a four-layer lining of low density polyethylene/foamed polyethylene/low density polyethylene and Teflon. It is designed to provide a cushion for the Teflon, and insures a good seal by conforming to any irregularities in the sealing surface of the bottle. (h) Closure sizes shall be as follows: 1. 20-400 closure, for 60 mL Boston Round, glass, bottles 2. 22-400 closure, for 125 mL, Boston Round, glass bottles 3. 24-400 closure, for 250 mL, Boston Round, glass bottles. 4. 24-400 closure, w/open top septa, for 250 ml, Boston Round, Safety Coated, glass, bottles. 5. 28-400 closure, for 500 mL, Boston Round, glass, bottles. 6. 100-400 closure, for 500 mL, Straight Sided, Boston Round, glass, bottles. 7. 33-400 closure, for 1 Liter (32 oz.), Boston Round, Safety Coated, glass, bottles. (i) Un-cleaned glass bottles shall be shipped without the caps attached, but shall include the caps packaged separately. Packaging and Marking (a) Preservation, and marking for all items delivered hereunder shall be in accordance with standard commercial practice and adequate to insure acceptance by common carrier and safe arrival at destination. (b) The contractor shall supply all glass bottles packaged in 200# reshipper regular slotted case (RSC) Kraft cartons, with an air cell cushioning corrugated cardboard full height partition with top and bottom cardboard liners for individual protection during reshipment of individual cartons. Cartons shall be clearly marked with their content in black ink. (c) Glass bottles shall be packaged in quantities of 12 or 24 bottles per case as specified. Teflon lined closures for glass bottle types shall be packaged as a separate item. (d) Teflon lined closures ordered as a separate item shall be packaged in quantities of 12 or 100 per bag. Polyseal closures shall be packaged in quantities of 100 per bag. (e) All shipments shall be marked with the contract number and delivery order number. Each carton shall be identified as to the bottle size, bottle type (Boston Round or Straight Side), color (amber and any catalog numbers), and manufacture lot number. Please refer to Attachment 1 for bottle images and sizes THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS 326160 code if they have a size standard in number employees of 1,250. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. All responses must be submitted NLT March 21, 2024 at 3:00pm ET via e-mail to: kosman@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided. If a solicitation is released, in order to receive an award your company must have a Unique Entity Identifier (UEI) and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/151b0dd28450473dbc4e1e7fe88b1b89/view)
 
Record
SN06997990-F 20240316/240314230057 (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.