Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOLICITATION NOTICE

99 -- USDA Inspector Badges & Wallet Holders - Badge/ Wallet Holder Pictures

Notice Date
8/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705, United States
 
ZIP Code
20705
 
Solicitation Number
AG-3A94-S-15-0088
 
Point of Contact
Rodney Manson, Phone: 301-504-3997
 
E-Mail Address
rodney.manson@fsis.usda.gov
(rodney.manson@fsis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Badge/ Wallet Holder Pictures This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is attached. The solicitation number is AG-3A94-S-15-0088 and is issued as a request for quotation (RFQ). The acquisition is a 100% Small Business Set-Aside. The NAICS code is 332999 business size standard is 750 employees.This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-82. The Government intends to issue a firm-fixed price contract for this requirement. This solicitation is being re-opened under the AG-3A94-S-15-0088. The USDA Food Safety and Inspection Service, George Washington Carver Building 5601 Sunnyside Avenue, Beltsville, MD, 20705 has a requirement for 500 inspector badges and 600 wallet/badge holders. The specifications will be attached to this requirement. Specific Work Requirements (Product Specifications): The Investigator badge is made of metal with gold electroplate finish. The badge measures 1 3/4" x 2 7/16". It has a color USDA seal in the center with a flat back which has an attached belt clip on the reverse/back side of the badge (photographs provided). New Investigator badges must match previously issued and currently used Investigator badges to ensure CID maintains integrity across the United States as Investigators are frequently members of joint surveillances and investigations. The current Investigator badge is the "Blackinton style number BC2613 with the VHB KaratKlad" finish. The Shield Wallets/Holders must be the double ID case, with an inside badge mount, dress leather, gold lettering with the USDA seal on the outside of the shield/wallet. It must also have felt between two plastic windows. New Shield Wallets must match "Perfect Fit Style 1005-A-1" (photographs provided). Deliverables: Investigator Badges and Shield Wallets/Holders will be shipped to CID Headquarters to: USDA, FSIS, OIEA, CID Patriots Plaza III, Rm. 8-195 355 E Street, SW Washington, DC 20024-3221 Each offeror is required to submit all applicable documentation by 12pm on August 26, 2015, Eastern Standard Time via email to Rodney Manson,(Contract Specialist).Each offeror shall include their proposed delivery schedule (in days after award) as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offers shall provide a quotation on company letterhead and include with the bid schedule detailing the unit pricing and references for the proposed item. Prospective offerors are to submit a quote electronically via email that includes a written proposal addressing how the requirement will be satisfied and delivered to the government. Proposals are to include total costs and or any delivery/incidental charges if applicable. A purchase order will be awarded to the offeror that poses the overall lowest price and is technically acceptable (LPTA). This requirement will be procured under FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information included in this notice. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American-Supplies; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.233-3, Protest after award; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Rodney Manson at Rodney.Manson@fsis.usda.gov Purchasing Agent, no later than August 26, 2015 at 12 pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSIS/AAS/AG-3A94-S-15-0088/listing.html)
 
Place of Performance
Address: 5601 Sunnyside ave. Room 2-L184B, Mailstop 5230, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN03846182-W 20150821/150820000022-550096184990e0b456581416f095f3e8 (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.