Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
SOLICITATION NOTICE

99 -- Inactive Dried Yeast, Primary Grown. 5 year IDIQ contract - Attch 1_ SF1449

Notice Date
9/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311999 — All Other Miscellaneous Food 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
AG-6395-S-12-0118
 
Archive Date
11/16/2012
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208, James Roloff, Phone: 6123363223
 
E-Mail Address
carol.dingess@aphis.usda.gov, james.g.roloff@aphis.usda.gov
(carol.dingess@aphis.usda.gov, james.g.roloff@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Attach 2_Specifications for - Inactive Dried Yeast, Primary Grown Solicitation Doc AG-6395-S-12-0118 This Solicitation is being issued using FAR PART 12.3 Acquisition of Commercial Items and FAR PART 15.3 Contracting by Negotiation procedures for solicitation and evaluation of commercial items as supplemented with additional information included in this notice. The Government intends to make its award decisions without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate their proposal. Per FAR 52.212-1 offerors that fail to submit all the information necessary to evaluate their proposal may be determined to be nonresponsive and no longer considered for award. This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference herein and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 All Other Miscellaneous Food Manufacturing ITEM DESCRIPTIONS AND QUANTITIES Contract Line Items (CLINS) 001, 005, 009, 013, & 017 for Edinburg, TX Inactive Dried Yeast, Primary Grown. 5 year IDIQ contract of approx 280,000lb/year--7 deliveries (full truckload) of 40,000lb/ea (800 50lb bags) Estimated yearly maximum quantity of 280,000lbs Delivery Addresses: USDA APHIS PPQ Bldg 6420, Moore Air Base 22675 N. Moorefield Road Edinburg, TX 78541 Contract Line Items (CLINS) 003, 007, 011, 015, & 019 for Phoenix, AZ the Pink Bollworm Rearing Facility 5 year IDIQ contract. Estimated yearly maximum quantity of 40,000lbs Requisitioned as needed by that facility for their own delivery orders under this contract. Inactive Dried Yeast, Primary Grown, FOB PBWRF, Phoenix, AZ less than full truckloads. Delivery Address: USDA APHIS PPQ PBWRF 3645 East Chipman Road Phoenix, AZ 85040-2927 All cost to include but not limit to: overhead, general and administrative, profit, and insurance. Contract Line items (CLINS) 002, 004, 006, 008, 010, 012, 014, 016, 018 & 020 are for estimated Freight charges - FOB Destination prepaid by the vendor and actual amount added to invoice. STATEMENT OF WORK This will be a firm fixed priced Indefinite Quantity/Indefinite Delivery Contract for a base period and four option periods. Contractor shall furnish primary grown inactive dried yeast, as described in the Reagents Specifications section of the United States Pharmacopeia Convention, (USP), 19th Ed., 1975; for use as diet in rearing sterile fruit flies by the APHIS Mexican Fruit Fly Rearing Facility in Texas. The yeast must be spray dried. Drum dried yeast is not acceptable. The yeast shall be evaluated on a go/no go basis where products not meeting the yeast specifications will not be further evaluated or considered for award. Contractor shall submit a completed certified guarantee quality control analysis of the product with the proposal. The product shall be pure primary grown nutritional yeast produced in sterile media under conditions which permit, controls and ensure, the highest quality standards. The following minimum standards will be used in assessing technical capability. Any product that produces results below the minimum standard for any of the technical considerations will be considered unacceptable and no further testing will be conducted. • Larval yield is the volume of larvae produced per kilogram of diet material where this shall be at least 0.13 liters of larvae per kilogram of larval diet. • Pupal weight is the weight of individual pupae where the average shall be greater than 16.5 milligrams. • Emergence is the percentage of pupae that produces adult flies where this shall be at least 87%. • Flight ability is the percentage of pupae that produce flies capable of flying out of a 10 centimeter high flight tube and this shall be at least 84%. • Adult longevity is the percentage of flies that survive for 72 hours with water and no food. This should be at least 55%. SPECIFICATIONS Nonviable, dried torula yeast (defined as not having more than nine unit forming colonies of viable yeast per gram of product), Candida utilis (Henneberg) Ladder and Kreger Van-Rij. CHEMICAL/PHYSICAL SPECIFICATIONS Moisture 4% minimum - 7% Max Protein 45 % minimum Ash (minerals) 8% maximum Fi ller No added substances Sol ubil ity 31% minimum Color Light Tan MICROBIOLOGICAL SPECIFICATIONS Viable yeast 9 UFC per gram product, maximum Fungus (other than yeast) 50 UFC per gram product, maximum Total Bacteria Count 7500 UFC per gram product, maximum Coliform negative Fecal Coliform negative Salmonella negative STORAGE OF YEAST Torula yeast shall not have been stored or otherwise warehoused for more than 90 days prior to delivery. SUBMISSION OF PRODUCT TEST SAMPLE Contractor shall send a 10 pound sample for testing by 10/12/2012; together with a certified guarantee analysis (physical, chemical, biological) of content in order to be considered for award. The Government does not intend to pay for preparation of the sample nor the samples submitted by the respective contractor. The Government does not intend to return any unused portion of the sample provided by the respective contractor. The Government reserves the right to submit product samples to an independent laboratory for further testing throughout the term of the contract. If the product fails to meet any of the aforementioned specifications, the contract will be terminated. Address for Sample: Erick Babilonia USDA/APHIS/PPQ/FMS 22675 N. Moorefield Road Moore Air Base Bldg 6407 Edinburg, TX 78541 Ph: 956-205-7684 Email: Erick.S.Babilonia@aphis.usda.gov PACKAGING AND MARKING Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation. INSPECTION AND ACCEPTANCE Inspection and Acceptance of supplies are in accordance with FAR Clause 52.212-4)a) and Statement of Work. DELIVERIES Delivery Orders Delivery orders will be issued against this contract on a firm fixed price bases at the quoted price. Orders may be placed by a warranted contracting officer via fax, or through email. The government shipments shall be in accordance with delivery orders issued against this contract. The date required shall be coordinated by the government Contracting Officer's Representative (COR) and contract awardees' representative. In the past, the government has received shipments of roughly 40,000 pound increments intermittently throughout the year. Shipments shall be packaged in 50 pound Multiwall Bags or 22.7 kilogram Multiwall Bags. EVALUATION PROCEDURES In accordance with FAR 52.212-2; the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Acceptance: Quality of Preaward Sample 2. Past Performance 3. Price In accordance with FAR 15.304 Technical Quality of Sample is most important ; however and Technical Quality combined with past performance, are equally important and are most important when compared to price. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: The full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html 52.212-4 Contract Terms and Conditions-Commercial Items. 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (MAY 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 452.211-6 Effective Period of the Contract. 52.216-18 Ordering. 52.216-19 Order Limitations. 52.216-22 Indefinite Quantity. 52.216-2 Economic Price Adjustment-Standard Supplies. applies to contract periods 1 through 4 Contract Line items (CLINS) 002, 004, 006, 008, 010, 012, 014, 016, 018 & 020 are for estimated Freight charges - FOB Destination prepaid by the vendor and actual amount added to invoice. AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS The selected Offeror must comply with the following Provisions, which are incorporated herein by reference. The full text of a provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. INSTRUCTIONS TO OFFERORS In order to have a complete proposal package, as a minimum, the proposal package must contain the following items: Completed form 1449 Schedule of items (See Attachment 1 pg 1 boxes 17a & 30a,b & c, ) Section B - Price Schedule for base period and 4 option periods (SF 1449 Solicitation Attachment 1) Completed list of Past Performance information (SF 1449 Solicitation Attachment 1 ) Completion of AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. (SF 1449 Solicitation Attachment 1 ) In accordance with FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items; Any entity wishing to do business with the USDA Shall complete certifications electronically at http://sam.gov. In accordance with FAR 52.212-1 (J) Provision and & 52.212-4 (T) (1 Commercial Terms and Conditions; Any entity wishing to do business with the federal government under a Federal Acquisition must be registered in SAM At http://sam.gov. Federal agencies may require entities be registered in SAM for additional processes. Also, consider creating a SAM account if you wish to utilize the full set of capabilities that have been developed in SAM and/or migrated from legacy systems (CCR, FedReg, ORCA and EPLS). ***REGISTRATION IS FREE*** Anyone doing business 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 Offers submitted without completion of these provisions will be considered nonresponsive. The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) TAX ID NUMBER: 41-0696271. TAX EXEMPT# 4700
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0118/listing.html)
 
Place of Performance
Address: USDA/APHIS/PPQ/FMS, 22675 N. Moorefield Road, Moore Air Base Bldg 6407, Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN02900442-W 20120928/120927000829-7c600cf30604f47ee32591076a726777 (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 |
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.