The RFP Database
New business relationships start here

Title: Purchase/delivery of Brodifacoum to eradicate mice at Midway Atoll NWR


Oregon, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE.

The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this unrestricted requirement can (other than sole sourced).

The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offerorB?s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis.

NAICS Code:             325320 Pesticide and Other Agricultural
Chemical manufacturing
Small Business Size Standard:     1000 employees
Product and Service Code (PSC): 6840 Pest Control Agents and Disinfectants


GENERAL INFORMATION:

The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has a requirement to procure a firm fixed price order for 197,549 lbs. of Brodifacoum 25D Conservation Bait or approved equal. 25 ppm. 3/8 inch diameter. Green dye. No biomarker.
Pesticide will be used to eradicate mice at Midway Atoll National wildlife Refuge.

Specification Information as follows:

1 Product Features

Name of Item: Rodenticide
Manufacturer: Bell Labs
Model Number: Brodifacoum 25D Conservation Bait B? or approved equal

Salient Characteristics:
Product:
197,549 lbs. Brodifacoum 25D Conservation. 25 ppm. 3/8B? diameter. Green dye. No biomarker.

Packaging:
- 193,774 lbs In bulk bags of 800lbs of bait with pull string release on bottom of bulk bag. Each bulk bag packed into an ox box with plastic liner, 3 lbs of desiccant and 1 insect trapper/monitor
- 3,775 lbs    In 25 lb buckets with desicant in each bucket, palletized and shrink wrapped. Heat treated debarked pallets
All bait will be shipped in 20B? shipping containers with certificate of seaworthiness. Up to 15 of the containers will be loaded to no more than 20,000 lbs total container weight. Any additional containers can be loaded to no more than 15,000 lbs total container weight.
Four glue traps should be placed inside each shipping container, two high and two low.

Labeling:
All EPA labelling requirements must be met for this shipment, including a label on each ox box, and stamped with a batch reference code.
MSDSs and copies of the parent and supplemental labels will accompany the shipping documentation.

Capabilities: This rodenticide is for the eradication of mice on Midway Atoll NWR.

2. Delivery
Delivery dates:
Deliver by May 25, 2019, but must be able to delay delivery by up to one month with notification before shipment from manufacturer.

Supplies shall be delivered to the destination consigneeB?s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or B?constructive placementB? as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including B?piggybackB?) is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for B?heavy or bulky freight.B? When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarder for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery when required, if transfer to truck is required to complete delivery to consignee.

Contractor responsibilities. The contractor shall --
(1)(i) Pack and mark the shipment to comply with contract specifications; or
(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;
(2) Prepare and distribute commercial bills of lading;
(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;
(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;
(5) Furnish a delivery schedule and designate the mode of delivering carrier; and
(6) Pay and bear all charges to the specified point of delivery.

3. Delivery Location:

Product shall be delivered to ONE OF the following locations:
- USFWS Midway Atoll NWR
C/O Chugach DBSI
1082 Makepono St
Honolulu, HI 96819
Delivery POC:
Joe Pilakowski, Buyer/Administrator
Midway/Honolulu Office Defense Base Services Inc.
P (808) 842-4392 | C (808) 520-6695

OR

- Curtin Maritime
1500 Pier C Berth 57
Long Beach, CA 90813
(562)983-7257

Delivery is strict due do the cargo will need to be transported on a regularly scheduled resupply cargo transport vessel to Midway Atoll NWR. Due to the amount and weight, it can only be transported by a cargo transport vessel and cannot be accommodated via aircraft.

4. Technical Point of Contact (POC):
Bob_Peyton@fws.gov
Robert Peyton, Project Leader
Midway Atoll National Wildlife Refuge
Battle of Midway National Memorial
1082 Makepono Street
Honolulu, HI 96819
PH: 808-954-4818;
Cell: 503-724-2204
FAX 808-772-5311

5. Delivery Instructions:

No later than three days prior to delivery, please contact the Point of Contact listed above, to arrange a specific time for delivery. Unloading the product is the sole responsibility of the delivery carrier. No labor or equipment will be provided by the government to unload the supplies.

6.0 Customer Specific Delivery requirements Not Applicable


INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS:

Prior Government contract work is not required for submitting a response to this synopsis.

FirmB?s responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information:

1. Name and address
2. Point of contact name, phone number and email address
3. CAGE Code and DUNS Number (if applicable)
4. Interest in working as a prime contractor, subcontractor or other (please explain)

5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES.B?

6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB)

Responses will be shared within the GovernmentB?s project team, but otherwise will be held in strict confidence.

Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PDT) on January 23, 2019. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov).

Lautzenheiser, Karl

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP