Federal Bid

Last Updated on 08 Jan 2021 at 4 AM
Combined Synopsis/Solicitation
New york New york

Barcode labels

Solicitation ID 101961NUSNA
Posted Date 18 Dec 2020 at 9 PM
Archive Date 07 Jan 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Nea Aao Acq/Per Prop
Agency Department Of Agriculture
Location New york New york United states
  1. This is a Combined Synopsis/Solicitation announcement for commercial item

prepared in accordance with the format in Subpart 12.6, as supplemented with

additional information included in this notice. This announcement constitutes

the only solicitation; quotes are being requested and a written solicitation will not be issued.

  1. Solicitation number 101961NUSNA is issued as a Request for Quote (RFQ).
     
  2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 (November 2020).
     
  3. This is a total small business set-aside and the associated North American NAICS code is 323111 Commercial Printing (except Screen and Books)  and small business size standard is Classification is 500 employees.
     
  4. The line item will be a single delivery within 3 months ARO.
     
  5. The contractor shall provide 660,000 (3,000 per roll) barcode labels as outlined in attached specifications.                      a.  See the attached photo of one of our current barcodes on an object.                                                                            b.  The products would be applied to archival paper.                                                                                                        c.   Barcodes would be stored permanently in an indoor museum environment, which is kept at approximately 60 degrees Fahrenheit and 50% relative humidity. They will also need to withstand occasional exposure to negative 80 degrees Celsius.
  6. The period of performance shall be a single delivery within 3 months of ARO.
  7. The Place of delivery shall be:
       US National Arboretum
       3501 New York Avenue NE
       Washington, DC 20002
     
  8. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. No addenda applies.
  9.  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.
          (b) ordering period. The Government will evaluate offers for award purposes by adding the total price for all ordering period to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the ordering period prices are significantly unbalanced. Evaluation of performance shall not obligate the Government to continue to order during the ordering periods.
          (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
     
  10. 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:
    Past performance,  price, and availability
    (a)Technical and past performance, when combined, are 50% when compared to price
    (b) Options. 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).
     (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
  1. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.  Prospective vendors shall complete electronic annual representations and certifications, and shall be registered in the System for Award Management database at http://www.beta.sam.gov at the time of submittal of quote.
     
  2. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition including any addenda to the clause.
     
  3. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.
     
  4. The contractor shall carry out the services as per attached SOW in a timely and acceptable manner.
     
  5. Interested contractors shall submit their quotes by December 23, 2020, at 10:00 a.m to [email protected]. Quotes must include a Quality Control Plan.
     
  6. All questions shall be submitted by email to [email protected] by or before December 19, 2020. Telephone inquiries will not be accepted.
     
  7. The government intends to award a Firm Fixed Price Contract in December 2020 to the offeror with the best value to the Government.
     
  8. All responsive quotes should include:
    1. Representation and Certification
    2. Completed chart as per specifications:
       
  • Size: 1.680 (width) x 0.250 (height) inches
  • Encoding type: Code 128
  • Stock: Polyester, white (3 mil thickness)
  • Finish: Polyester, matte (1 mil thickness)
  • Adhesive: Acrylic, low temperature (1 mil thickness)
  • Rolls: 3,000 barcodes per roll
  • Style: Rounded edges; barcode bleeds off the top of the label; human-readable text will appear underneath the barcode
  • Numbering: Encoded data must begin with the uppercase letters “NA” followed by seven digits (starting with number “0150001” to ensure continuity with previous batches); the human-readable text will include a hyphen between the “NA” and the seven digits, but the barcode itself must not encode this hyphen
    1. Price (per roll shipping included)
       

This notice is herby amended to include the following questions and answers and to attach picture 2.

1) What is the width of the roll that the labels are on?

            A: 5 centimeters across.

2) What is the length between the top of the label to the top of the following label on the roll?

            A: 1 centimeter from the top of one barcode to the top of the next (with 3 millimeters of empty space between each barcode).

3) Is the excess material around the die cut label removed from the roll before they are sent to you or is it still on the rolls when you receive them?

            A: Only the barcode (die cut) should remain on the roll upon arrival. See the attached photo (picture 2 for an example.

Primary Point of Contact.:

Althea Paul

Contract Specialist

[email protected]

Phone: (301) 504-0331

As authorized by FAR 5.102, solicitation dissemination is limited to electronic

medium, and the USDA will provide no hard copies. The solicitation will only

be available for download at no charge at the Federal Business Opportunities

(FBO) website (http://www.fbo.gov). No other site shall be used to obtain

these documents.

Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Sep 2019 at 12 AM
Camp pendleton California 08 Sep 2021 at 2 PM
North carolina 18 Mar 2021 at 6 PM
Location Unknown 09 Sep 2010 at 7 PM

Similar Opportunities

Muskogee Oklahoma 22 Jul 2025 at 5 PM
Fort bragg North carolina 18 Jul 2025 at 2 PM
Location Unknown 18 Jul 2025 at 4 PM
Tinker air force base Oklahoma 23 Jul 2025 at 5 PM
Tinker air force base Oklahoma 23 Jul 2025 at 5 PM