Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2017 FBO #5705
SOURCES SOUGHT

65 -- IDIQ contract to provide Betadine & Betasept - Attachments

Notice Date
7/5/2017
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation 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-SS-17-0132
 
Archive Date
8/12/2017
 
Point of Contact
Carol R. Dingess, Phone: 970-494-7360
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Interested vendors please complete and return attachment 3 on or before notice due date and time Attachment 2 Betasept Specs Attachment 1Betadine Specs The USDA Animal Plant Health Inspection Service, (APHIA) Plant Protection and Quarantine (PPQ), Mexican Fruit Fly Rearing Facility (MFFRF) In Edinburg, TX needs to find new sources for a new five year Indefinite Quantity, Indefinite Delivery Contract to provide Betadine & Betasept STATEMENT OF WORK/ SPECIFICATIONS OF BETADINE & BETASEPT SOLUTION Contractor shall furnish Betadine & Betasept antiseptic solution. It will provide sanitary conditions for the safety of the Mexican Fruit Fly (MFF) rearing facilities personnel and the health of the various life stages of the Mexican Fruit Fly (MFF). Betadine and Betasept will sterilize and disinfect all equipment, building parts and materials used in the rearing of the MFF. Attachments 1 and 2, shall be the minimum required Government specifications for the products. 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 technically unacceptable. • Must meet the Active and Inactive ingredients in attachments 1 & 2. • Note: The Betadine & Betasept with the specification that are found in attachments 1 & 2 has been used before in the facility. (Purdue Pharma Brand Name or Equal in accordance with 52.211-6 Brand Name or Equal.) • The Government shipments shall be in accordance with delivery orders issued against this contract. The initial shipment shall be made on or about on a monthly basis, where the final date required shall be coordinated by the Edinburg, TX government Contracting Officer's Representative (COR) and contract awardee representative. • Shipments shall be packaged in 1 gallon container in quantities of 25 gallons for Betasept and 1 gallon container in quantities of 25 gallons for Betadine. SPECIFICATIONS Betadine: Topical Antiseptic Bactericide/ Virucide Betasept: Antiseptic Surgical scrub ACTIVE INGREDIANTS SPRECIFICATIONS Beta dine: Povidone-iodine10% Iodine 1% Betasept: Chlorhexidine gluconate 4% INACTIVE INGREDIANTS SPECIFICATIONS Betadine: Pareth 25-29 Purified water Sodium hydroxide Betasept: Cocamide DEA Fragrance POFL 147 GIuco no-delta-lactone Hydroxyethylcellulose lsopropyl alcohol Lauramine oxide PEG-75 Lanolin Purified water Tridecyl Alcohol STORAGE OF BETADINE & BETASEPT SOLUTION Betadine & Betasept should be stores at 25-30 Celsius (59-86 Fahrenheit). Store in original container. Interested sources are encouraged to complete and return Attachment 3 to the contracting office. Telephonic inquiries will not be honored. Please email all questions regarding subject item(s) prior to Sources Sought closing date to Carol.Dingess@aphis.usda.gov. Small Business concerns are encouraged to participate. This is not a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide Duns Number, and point of contact information. The Government will not award a contract based on the information received, nor reimburse participants for information or samples they provide. Information or materials provided is strictly voluntary. Please mail, email or fax Attachment 3 to Carol Dingess at Carol.Dingess@aphis.usda.gov. fx# 970-472-1897 Email is the preferred method of communication. Please be sure to include notice # AG-6395-SS-17-0132 on subject line. Telephonic inquiries will not be honored. Closing date for submissions of Statement's of Capability is 07/28/2017 at 4:00PM MT. Anyone wishing to do business with the USDA must first obtain a Dun 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 Anyone wishing to do business with the USDA must be listed in the government's System for Award Management Registrar now known as SAM. You may register on line with http://sam.gov A prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from a solicitation. Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov or by calling the Contractors Registration hotline @ 1-866-606-8220 The associated North American Industrial Classification System (NAICS) code for this requirement is 325412 Pharmaceutical Preparation Manufacturing. The Small Business Size Category is 1,250Employees. The Government intends to provide all information regarding this notice via this web site. The Federal Government is not responsible for notifications to interested parties regarding notices, solicitations or amendments. It is the Vendor's responsibility to check this web site www.fbo.gov periodically for updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-SS-17-0132/listing.html)
 
Place of Performance
Address: USDA APHIS PPQ MFRF - 7M0H, Mexican Fruit Fly Rearing Facility, 22675 N. MOOREFIELD RD BLDG 6418, Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN04567968-W 20170707/170706000304-11b47aecb00b0edcb72bbd75bd765e62 (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.