United States - FSIS Export Stamps

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
12 July 2019
Opportunity publication date
04 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 03, 2019 8:12 am

1.0 DESCRIPTION

1.1 The U.S. Department of Agriculture, Food safety Inspection services seeks to procure a large quantity of export stamps in excess of 5,000 that fall within the required specifications as stated in the requirements below.
1.2 The purpose of this Request for Information is to obtain feedback from interested parties, which can provide a viable solution. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The RFI respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov and the GSA E-Commerce Central website: http://www.gsa.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
2.0 BACKGROUND
2.1 Food Safety and Inspection Service (FSIS), a public health regulatory agency of the U.S. Department of Agriculture (USDA), protects consumers by ensuring that meat, poultry and egg products are safe, wholesome, and accurately labeled.
3.0 REQUIREMENTS

3.1 Specifications
• Non self-linking plate dater with deep-molded 7 number bands using rubber dies.
o Millennium Max-Stamp #4004 (or equivalent) Slot Type Numberer.
o Characters required on the revolving bands are:
 Band #1: 0 1 2 3 4 5 6 7 8 9 0 X - The last character is a hyphen.
 Band #2: 0 1 2 3 4 5 6 7 8 9 0 X / The last character is a forward-slash.
 Band #3: 0 1 2 3 4 5 6 7 8 9 0 X - The last character is a hyphen.
 Band #4: 0 1 2 3 4 5 6 7 8 9 0 X / The last character is a forward-slash.
 Band #5: 0 1 2 3 4 5 6 7 8 9 0 X - The last character is a hyphen.
 Band #6: 0 1 2 3 4 5 6 7 8 9 0 X / The last character is a forward-slash.
 Band #7: 0 1 2 3 4 5 6 7 8 9 0 X - The last character is a hyphen.
• Stamp shall be 1-7/8 inches square (less than two-inches).
• Tight Band Numbering with lock adjustment.
o Stamp shall lock after changing the numbers.
• A high-resolution image is attached to GSA eBuy.
o The image shall be used as the primary reference drawing.
• Extra sealant shall be around the edge of the stamp, with a super adhesive glue.
o This is required because some of these stamps are used in areas with high humidity.
3.2 Delivery
FSIS Item Number "FSIS-03" must be clearly marked on all boxes. Both the packing slips and the addressed shipping waybill require "FSIS-03" to be labeled. Items will be returned at vendor expense, if this is not done correctly. Shipping is FOB Destination. The shipping address will be:
USDA Materiel Management Service Center
Inventory Code (FSIS-03)
Mark for: Loading Dock
6351 Ammendale Road
Beltsville, MD 20705
3.3 Packing
If each individual stamp has its own box that will be packed within a shipping container, these little boxes do not require "FSIS-03" to be labeled (for example, each of the 4000 stamps has its own little box). The bigger boxes used as shipping containers and the waybill/packing lists do require "FSIS-03" to be labeled.
4.0 RESPONSES
4.1 The RFI response should be in Microsoft Word for Office 365 compatible format and due NLT 12 July 2019, 1600 EST. The response is limited to 10 single-sided pages and submitted via e-mail only to the Government Point of Contract (POC): Latrina Baker, Contract Specialist, latrina.baker@usda.gov.
Proprietary information, if any, should be kept to minimum and MUST BE CLEARLY MARKED. Please be advised that all submissions become Government property and will not be returned. If any respondee does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the Government's personnel to review and evaluate the submitted in response to this RFI, the respondee should request to sign PDPAs with the Government.
4.2 Company Information. The RFI response should provide the following information:
1. Company Information. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact.
2. Government Software Development Contractual Vehicle Information. Identify the Government service contract vehicle that services can be provided for FSIS and the recommended contracting strategy.
3. Proprietary Information. Respondees company proprietary information should include either: 1) Copies of executed NDAs with the Government or 2) A statement stating the respondee will not allow the Government to release its proprietary data for the RFI response evaluation.
5.0 MEETING AND DISCUSSIONS
The Government representatives may or may not choose to meet with potential RFI provider. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks.
6.0 QUESTIONS
Questions and the response regarding this RFI should be submitted in writing by e-mail to the FSIS Contracting Representative, Ms. Latrina Baker, Latrina.Baker@usda.gov , and due NLT 09 July 2019, 1600 EST. Responses will be posted NLT 11 July 2019, 1600 EST.
7.0 SUMMARY
This RFI is only intended for the Government to identify sources that can provide feedback, particularly FSIS regulated establishments and commercial laboratories, on what should be included in an expanded ALP. The information provided in this RFI is subject to change and is not binding to the Government. The Government has not made a commitment to procure any of the RFI requirements discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
End of Document

Opportunity closing date
12 July 2019
Value of contract
to be confirmed

About the buyer

Address
National Endowment for the Arts Contracts Division United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?