SOLICITATION NOTICE
65 -- FURNISH AND DELIVER PIT TAGS
- Notice Date
- 9/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- RFQ10-3615-06
- Response Due
- 9/21/2006
- Archive Date
- 12/31/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, Agricultural Research Service (ARS) requires the Contractor to provide all labor, equipment, materials, tools, assembly and supervision to furnish and deliver Implantable Cylindrical Passive Integrated Transponder (PIT) tags to the USDA, ARS, NCWMAC facility located in Franklin, Maine in accordance with the terms, conditions, and specifications contained in this document. Prices are being requested and a written solicitation has been issued. The Solicitation number 10-3615-06 is issued as a Request For Quotation (RFQ) and will be a separate attachment. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This procurement is 100 percent set-aside for Small Business. The NAICS is 334220 with a size standard of 750 employees. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. SCHEDULE OF ITEMS - The Contractor shall furnish and deliver the following: ITEM NO. 01, Implantable Cylindrical Passive Integrated Transponder (PIT) Tags, QTY.: 14,000 EA, UNIT PRICE $__ , AMOUNT:$__. ITEM 01A, Freight/Delivery Charges, QTY.:1 JB, UNIT PRICE: $__, AMOUNT: $_. OPTIONS INCLUDE: ITEM 02A, Passive Integrated Transponder (PIT) Tags, QTY.: 2,000 EA UNIT PRICE: $__, AMOUNT: $_. ITEM 02B, Freight/Delivery Charges, QTY.: 1 JB, UNIT PRICE: $__, AMOUNT: $__. ITEM 03A, Passive Integrated Transponder (PIT) Tags, QTY.: 6,000 EA UNIT PRICE: $__, AMOUNT: $___. ITEM 03B, Freight/Delivery Charges, QTY.: 1 JB, UNIT PRICE: $__, AMOUNT: $___. ITEM 04A, Passive Integrated Transponder (PIT) Tags, QTY.: 10,000 EA UNIT PRICE: $__, AMOUNT: $___. ITEM 04B, Freight/Delivery Charges, QTY.: 1 JB, UNIT PRICE: $__, AMOUNT: $_. ITEM 05A, Passive Integrated Transponder (PIT) Tags, QTY.: 24,000 EA UNIT PRICE: $__, AMOUNT: $__. ITEM 05B, Freight/Delivery Charges, QTY.: 1 JB, UNIT PRICE: $__, AMOUNT: $_. ALL THIS FOR A TOTAL OF $__. NOTE: The Contractor shall also identify bulk pricing and discounts for purchasing additional quantities for items 02 through 05. The Government reserves the right to purchase additional quantities on any line item, pending availability of funding. TECHNICAL SPECIFICATIONS - Implantable Cylindrical Passive Integrated Transponder (PIT) Tags which meet the following minimum specifications: 1. Must be ISO 11784-11785 compliant. 2. Glass encapsulation suited fro use in high humidity environments. 3. Suitable for insertion into pre-drilled (or cut holes or use with 12-gauge needle implanters. 4. 134.2 kHz frequency with 15 numeric character code. 5. EID-ID62A Micro Transponder or equivalent. 6. Approximate dimensions 2.2 x 11.5 mm or 2.1 x 12 mm. CONTRACTOR'S BRAND NAME AND INFORMATION - Offeror's are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION; BRAND NAME; MAKE/MODEL. (Continue on a separate sheet.)DESCRIPTIVE LITERATURE - The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the materials and equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DELIVERABLES - The Contractor shall furnish and deliver the entire order listed in the Schedule within forty-five (45) days after receipt of the purchase order. Delivery of these items can be made in two (2) separate increments; Shipment of the first 7,000 within three (3) weeks and the remainder of order delivered within 45 days after award. Deliveries shall be made to the USDA, ARS, National Cold Water Marine Aquaculture Center, 33 Salmon Farm Road, Franklin, ME 04634. Attn.: W. Wolters. The item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding Federal holidays. WARRANTY - The Contractor shall provide a standard commercial manufacturer's warranty on the supplies. All warranties shall begin from the acceptance date by the Government. DOCUMENTATION - The Contractor shall provide one (1) copy of the operating instructions upon delivery of the supplies. All documentation shall identify the purchase order number on the label. Final payment shall not be made unless and until the equipment and documentation have been fully accepted by the TR. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, and 1194.25 applies to this item. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. the proposal must indicate where full details of compliance can be found (e.g., schedule attachment, vendor's website or other readily available location (specify). All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: http://www.section508.gov/, then go to 508 Law. All equipment, supplies and software must be "Year 2000 Compliant". DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (TR) at the time of contract award. The TR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the TR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the TR requests efforts outside the scope of the purchase order, the Contractor should so advise the TR. If the TR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. ADDITIONAL QUOTATION INFORMATION - 1. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. 2. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. 3. BIDDERS MAILING LIST Potential offeror's are required to provide the following mandatory information to establish a bidder's mailing list. The written request must include the Company name, street address, telephone, fax and contact name and must be faxed to the Contracting Officer at (215) 233 6558 and reference Solicitation No. RFQ 10-3615-06. REQUESTS SENT BY E MAIL ARE NOT ACCEPTABLE. 4. OFFERS MAY BE FAXED TO (215) 233-6558 in accordance with FAR Clause 52.214-31 (SEE Sections D.2 and D.3) OFFERS SENT BY E-MAIL ARE NOT ACCEPTABLE. 5. OTHER OFFEROR'S INFORMATION - A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. ii. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). iii. Our company [ ] does, [ ] does not accept a Government Convenience Check. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. AGAR 452.204-70 INQUIRIES (FEB 1988) - Inquiries and all correspondence concerning this solicitation should be submitted in writing and can be faxed to the Contracting Officer at (215) 233-6558. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement. Questions must be received not later than: 09/22/06 by 2:00 p.m. NOTE: INQUIRIES SENT BY E-MAIL ARE NOT ACCEPTABLE UNLESS AUTHORIZED BY THE CONTRACTING OFFICER. WE ARE EXPERIENCING TECHNICAL DIFFICULTIES WITH OUR E-MAIL SYSTEM DUE TO THE CONTINUING E-MAIL VIRUS SITUATION. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g)- Invoices shall be submitted in an original after acceptance of all items to: USDA, ARS, NAA, NCWMAC, UNIVERSITY OF MAINE, ORONO, ME 04469, ATTN.: S. BARTLEY. If order is paid by a Government Visa Credit Card, the Contractor shall provide a copy of the packing slip and a Visa charge receipt to the Cardholder. All information shall be submitted to: USDA, ARS, NAA CONTRACTING OFFICE, 600 E. MERMAID LANE, WYNDMOOR, PA 19038, ATTN.: Lisa Botella. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 365 calendar days from the date specified for receipt of offers. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition: 52.203-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33, 52.232-36. ADDENDA TO FAR CLAUSE 52.212-5 - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Clauses at http://www.usda.gov/procurement/policy/agar.html: 52.204 4, 52.211-6, 52.214-21, 52.214-34, 52.214-35, 52.217-6, 52.217-7, 52.225-8, 52.227-3, 52.227-19, 52.232-18, 52.232-19, 52.242-17, 52.247-34. FAR 52.212-1, INSTRUCTIONS TO OFFEROR'S - COMMERCIAL ITEMS, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1 - 1. Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), the Schedule of Items (A.2), Section 508 Accessibility Compliance Clause (A.4), Year 2000 Compliance Clause (A.5), Contractor's Brand Name and Information (A.6); Descriptive Literature and price list (A.7); Warranty (A.10); Other Offeror's Information (D.2.), Evaluation Information (D.4), Pricing data (D.7), and the Certifications at FAR 52.212-3 (D.8) to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (c) Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 12 months from the date specified for receipt of offers. 3. OTHER OFFEROR'S INFORMATION: A. Please complete the following: Our company [ ] does, [ ] does not accept a Government Visa Credit Card. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). FAR 52.214-31, FACSIMILE BIDS - (f) Facsimile receiving data and compatibility characteristics are as follows: (1) Telephone number of receiving facsimile equipment: (215) 233-6558. Confirmation Telephone number: (215) 233-6551. (2) Compatibility characteristics of receiving facsimile equipment (e.g., make and model number, receiving speed, communications protocol): Panasonic UF-885, Super G3 - commercial telephone line. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision: 1) Technical Capability, 2) Past Performance and 3) Price. Technical and past performance when combined, are significantly more important than price and will be scored on a "Pass/Fail" basis. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is technically acceptable, conforming to the solicitation and the lowest priced offer inclusive of all line items. ADDENDUM TO FAR CLAUSE 52.212-2 EVALUATION FACTORS FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. Listed below are all the factors that will be considered. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1.TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature, technical features, Catalog pricing sheets, warranty provisions, and delivery. Each offeror is required to furnish information on each item. Documentation is to be furnished to show how the offered item is in compliance with the statement of work or how it meets/exceed each specification requirements. 2. PAST PERFORMANCE. Past performance history may be based on the Contracting Officer?s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past five (5) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor's and Government Project Officers and Contracting Officers. 2. Contract number, type, and dollar value. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. Past performance shall only be checked on the lowest priced technically acceptable offer. 3) PRICE. Price includes all supplies, materials, labor, delivery and warranty costs, and discount terms. B) OPTIONS - is amended to state that the Government will provide 24 hours notice when additional quantities are required. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. Responses are due on September 22, 2006 by 2:p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. WE WILL NOT ACCEPT YOUR QUESTIONS BY E-MAIL (DUE TO THE CURRENT AND CONTINUOUS COMPUTER VIRUS SITUATION). Offers may be faxed to the Contracting Officer.
- Place of Performance
- Address: USDA, ARS, National Cold Water Marine Aquaculture Center, 33 Salmon Farm Road, Franklin, ME
- Zip Code: 04634
- Country: UNITED STATES
- Zip Code: 04634
- Record
- SN01143284-W 20060916/060914220248 (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 |