The USDA, Animal and Plant Health Inspection Service (APHIS), Moore Air Base, Edinburg, TX, has a requirement for Lindgren funnel traps and accessories. A fixed-price purchase order will result. F.O.B. destination, Edinburg, TX. Small business set-aside under NAICS 325320, business size 500 employees. QUOTATIONS ARE DUE JANUARY 3, 2005, by 10:00 a.m. local time. Submit written or faxed quotation to âPurchasing Sectionâ, at (612) 370-2136 Attention Joanne Mann.(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. THIS ANNOUNCEMENT CONSTITUES THE ONLY SOLICITATION; quotations are being requested and a written solicitation will not be issued.
(ii) The reference number for this effort is APPQMBFM-0028-5 and is issued as a 8request 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 Regulation (FAR) can be accessed at http://farsite.hill.af.mil/vffara.htm
(iv) This requirement consists of seven line items. Quotes shall be for all line items.
(v) The products to be provided under this contract will consist of the following:
CLIN 01: Lindgren Funnel Trap 8 units âquantity 555 @ $ _________ each
CLIN 02: Lindgren Bottom Funnel â quantity 350 @ $ _______each
CLIN 03: Lindgren Collection Bottle â quantity 555 @ $ _______each
CLIN 04: Lindgren Extra Funnel â quantity 285 @ $ ________ each
CLIN 05: Lindgren Funnel Trap 12 Units âwet-quantity 75 @ $ _________ each
CLIN 06: Lindgren Collection Jar âwet âquantity 105 @$ _______ each
CLIN 07: Lindgren 2-ring Holder âquantity 3060 @ $______ each
(vi) Deliverables and acceptance of deliverables will be FOB destination Edinburg, Tx.
(vii) The Government will award a contract resulting from this solicitation to responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, lowest price technically acceptable.
Applicable FAR clauses are incorporated by reference: Instructions to Offerors -Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2; Offeror Representations and Certifications 52.212-3; Contract Terms and Conditions - Commercial Items 52.212-4; Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.212-5; 52.225-3 and 52.225-3 Alt I, Buy American Act -Free Trade Agreements-Israeli Trade Act; Prohibition of segregated facilities 52.222-21; Equal Opportunity 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Employment Reports on Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37; Installment Payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer - Central Contractor Registration 52.232-33; Central Contractor Registration 52.204-7.
All responsible sources may submit a quotation for consideration. NOTE: FAR 52.212-3 SHALL BE COMPLETED AND RETURNED WITH THE OFFERORS QUOTE.
All offers shall be signed, and include the following information:
Company Name __________________________________________________________________
Address __________________________________________________________________
Contact Person ___________________________________
Phone number ______________________
DUNS # ___________________________________
Tax I.D. ________________________________
Bid Protests Not Available