SOLICITATION NOTICE
75 -- Roller Stamps and date sets (First Article Test Product Sample Required) - Attachment 1
- Notice Date
- 10/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339943
— Marking Device Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- APHIS-S-11-447334
- Archive Date
- 12/29/2010
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Spec Photo 2 Spec Photo 1 Drawing Specs Page 2 Drawing Specs pg 1 If bid package does not contain Bid Checklist, completion of CCR and ORCA Registrations, quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. (I) This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. (II) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. (III) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html (IV) *Notice of total Small Business Set Aside In accordance with FAR 52.219-6 Under NAICS Code - 339943 - MARKING DEVICE Manufacturing (V) 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE - 339943 - MARKING DEVICE Manufacturing Size Standard 500 Employees All Responsible Small business sources May Submit a Quotation For Consideration. NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. The United States Department of Agriculture (USDA), Agricultural Marketing Services (AMS) Branch IN Glen Ellyn, IL, needs to procure 56 Roller stamps and date sets per the following specifications. Please see attachments for complete details (VI) DESCRIPTION Roller Stamps and date sets (First Article Test Product Sample Required). This requirement may be waived when supplies identical or similar to those called for have previously been delivered by the offeror and accepted by the Government Desired Quantity 56 Stamps Maximum weight for the stamps should be 14 ounces. The handle length is 4.5 to 5.5 inches long with soft foam. The diameter is 4.5 to 5 inches. The dimensions of the die and shields Each RIBtype mat will be 2.30~ (17 ribs) x 6-3/4~ rubber size. The lasered ID location is in the lower left corner of the rubber when looking at the face of the mat with the image right-side-up. The height of the cutouts are approximately.28~ (2 ribs). The length of the upper cutouts are approximately 1.4~. The length of the lower cutouts are approximately.70~. The dimensions for the foam handles See attached picture. Inside diameter is.625", Length is 4.5", wall faom thickness is.375. Photo of the art work - see attached Info regarding 3 rib exposure openings for the insertable dates The height of the cutouts are approximately.28~ (2 ribs). The length of the upper cutouts are approximately 1.4~. The length of the lower cutouts are approximately.70~. refillable foam ink roller - see pictures of roller stamp. Foam roller included Size = 1.5" diameter, and 2" length. Foam roller is uninked. Roller Stamps and date sets Shoult be numbered as follows: Name Qty Description/directions COLLEGE PARK 5 Start with CP-10, end with CP-14 HUNT VALLEY 2 Start with HV-27, end with HV-28 NORTH BRUNSWICK 20 Start with NB-66, end with NB-85 PUERTO RICO 3 Start with PR-19, end with PR-21 RICHMOND 5 Start with V-610, end with V-614 RIPON 5 Start with RP10-001, end with RP-10-005 SOUTH BEND 5 Start with SB068, end with SB072 WESLACO 5 Start with WT70, end with WT74 WINTER HAVEN 4 Start with WH-113, end with WH-116 EAST REG 2 ER100, ER101 TOTAL QTY - 56 STAMPS (VII) FOB DESTINATION DELIVERY ADDRESS: USDA/AMS/FV/PPE-5100 800 Roosevelt Road Building A, Suite 380 Glen Ellyn, IL 60137 FOB DESTINATION - All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation (VIII) 52.212-1 Instructions to offers Commercial items applies to this acquisition. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html IX. This is a low priced technically accepted solicitation. The Government will award to the lowest priced offer that meets the specifications and standards outlined in the specifications for Roller Stamps and date sets The Government will award from this solicitation to the most technically acceptable, responsible offeror whose offer best conforms to the solicitation specifications, and is most advantageous to the government. Price, Technical, Delivery and other factors considered. Each proposal shall respond to each of the evaluation factors identified below., technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: Technical Evaluation Factors: 1.) All proposals will be rated by comparing descriptive literature against the salient characteristics. 2.) First Article Test Required In Accordance with 52.209-4 This requirement may be waived when supplies identical or similar to those called for have previously been delivered by the offeror and accepted by the Government 3.) Price 4.) Delivery (X) 52.212-3 Offeror Representations and Certifications - Commercial Items Offeror to complete and return the applicable paragraphs at (b) through (k) in clause provisions (Attachment 1 ) 52.212-3, Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CCR HELP DESK - https://www.fsd.gov/app/answers/list Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Info must be up-to-date-not expired The following Federal Acquisition Provisions apply to this acquisition: (XI) 52.212-4 Contract Terms and Conditions for Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions required to implement statutes or executive orders for commercial items applies to this acquisition 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.216-1 Type of Contract. 452.219-70 Size Standard and SIC Code Information 52.209-4 First Article Approval-Government Testing. (XII) Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by October 29, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12. And 14. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-11-447334/listing.html)
- Place of Performance
- Address: USDA/AMS/FV/PPE-5100, 800 Roosevelt Road, Building A, Suite 380, Glen Ellyn, Illinois, 60137, United States
- Zip Code: 60137
- Zip Code: 60137
- Record
- SN02307506-W 20101009/101007233817-97a6e33e76ddfcf504c0b2ebe45c94c7 (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 |