SOLICITATION NOTICE
99 -- Aramid Fiber Honeycomb Regular Hex Cell
- Notice Date
- 3/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-6395-P-07-1212
- Response Due
- 3/14/2007
- Archive Date
- 3/29/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, Animal and Plant Health Inspections Service (APHIS) and Plant, Protection and Quarantine (PPQ), Phoenix AZ. 85040, have an IMMEDIATE NEED to procure 9,000 Aramid fiber Honeycomb Regular Hex Cells. PN1-1/8-3.0;0.260in x 22.50in x 15.50in (0 .113in to 0.138in) used as a pupation substrate in the mass rearing of pink bollworm moths for a government supported Pink Bollworm Sterile Insect Technique (SIT) and Eradication Program. (v) (vi) This requirement consists of 1 line item to purchase 9,000 ea of Aramid Fiber Honeycomb Regular Hex Cells. PN1-1/8-3.0;0.26in X 22.50in X 15.50in (0.113in to 0.138in) and a second line item for freight costs. SPECIFICATIONS: Aramid fiber honeycomb coated or impregnated with a heat resistant phenolic resin. Sheet size to be 0.26 inches (thickness) X 22.5 inches (ribbon direction) X 15.50 inches (width) with hexagonal 1/8 (.113 to .138 ) inch cell size. Tolerate washing in a bleach solution after each use. Must be visual grade, i.e., all cells must be open. PACKAGING: Packaging should be in suitable containers that prevent damage to honeycomb sheets when shipped by common carrier. Each shipment container shall have a packing slip identifying the contract number and quantity shipped. The packaging slip shall be enclosed in a weatherproof plastic pouch attached to the outside of the container. ACCEPTANCE TESTING: A physical inspection of the delivered product will be conducted to assure compliance with all provisions identified in this document. This award is conditioned upon the passage of the above physical inspection of product. (vii) Delivery and acceptance will be FOB Destination to Phoenix AZ., NO LATER THAN MARCH 21, 2007. (iv) This solicitation is a Small Business set-aside under the associated North American Industry Classification System (NAICS) Code: 326199 Size Standard in Number of Employees is 500. It is anticipated that a firm fixed price contract will be awarded and the Government intends to issue a single solicitation and make a single award to one offeror. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. The solicitation and all subsequent notices and amendments will be posted on the Internet at: http://www.fedbizipps.gov. (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) The solicitation number is AG-6395-P-07-1212 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. (vii) Delivery and acceptance of line item 1 will be F.O.B. Destination, Palmetto, Fl. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-14. Applicable FAR clauses are incorporated by reference: 52.232-25 prompt payment; 52.243-1 Changes-Fixed Price (08/87); (viii) 52.212-1 Instructions to Offerers ? commercial Items (01/04); (ix) 52.212-2, Evaluation ? Commercial Items (01/99); (x) 52.212-3 Offerers Representations and Certifications ? Commercial Items (01/04) ? the contractor must return a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions ? Commercial Items (10/03); (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (03/04); ); (xiii) 52.204-6 Data Universal Numbering System (DUNS) Number; 52.211-6 Brand Name or Equal; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (10/03). The following text is added to Paragraph (a) of FAR 52.212-2. The following factors shall be used to evaluate offers: technically acceptable; past performance (SEND LIST OF REFERENCES WITH FAXED AND WRITEN QUOTE); price. Technical and past performance when combined, are approximately equal to price. Reference FAR clauses can be accessed for review on the Internet at: http://www.arnet.gov/far. The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities (02/99); 52.222-26 Equal Opportunity (04/02) (E.O. 11246); 52.225-13 Restrictions on Certain Foreign Purchases (12/03); 52.232-33 Payment Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (10/03) (31 U.S.C. 3332); 52.219-6 Notice of Total Small Business Set-Aside (06-03) (15 U.S.C. 644); 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (01-04) (E.O. 13126); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (06/98) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (12/01) (38 U.S.C. 4212). (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. All responsible small business may submit a quotation for consideration. (xvi) QUOTATIONS ARE DUE Wednesday March 14, 2007, by10:00 a.m. central standard time (cst). (xvii) Submit faxed quotation to ?Purchasing Section?, at (612) 370-2136 attention Sheree Johnson with signed original forwarded by mail to: USDA APHIS Purchasing, Attn: Sheree Johnson, Butler Square, Suite 510, 100 North Sixth Street, Minneapolis, MN 55403. Effective October 1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractor Registration (CCR) System before they can be awarded contracts. Vendors may register with CCR online at www.ccr.gov or by calling 1-800-324-3414. Offers must include tax payer federal identification number, DUNS number, and business size. Failure to provide this information will result in the vendor not being considered for award. All offers must be signed. Offers must include tax payer identification number_____________________ and DUNS number__________________________ and business size_______________________.
- Place of Performance
- Address: 3645 East Chipman Road, Phoenix, AZ
- Zip Code: 85040-2927
- Country: UNITED STATES
- Zip Code: 85040-2927
- Record
- SN01245406-W 20070309/070307220258 (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 |