SOLICITATION NOTICE
99 -- Horse Feed
- Notice Date
- 11/21/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Immigration & Naturalization Service, Laguna Administrative Center, 24000 Avila Road 5th Floor, Laguna Niguel, CA, 92677
- ZIP Code
- 92677
- Solicitation Number
- ACL-3-Q-0007
- Archive Date
- 12/21/2002
- Point of Contact
- Mike Nepsa, Contract Specialist, Phone 949-360-3066, Fax 949-360-3013, - Carol Amano, Contracting Officer, Phone 949-360-3180, Fax 949-360-3013,
- E-Mail Address
-
Mike.Nepsa@usdoj.gov, Carol.Amano@usdoj.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/quotation (RFQ) for horse feed supplies/delivery. The U.S. Immigration and Naturalization Service (USINS), intends to solicit and award a base plus 4 one-year options requirements contract. This announcement constitutes the only quotation and a written quotation will not be issued. The Offeror shall provide: (1) description of all supplies to be furnished, (2) capability of delivery, (3) prices for each line item by pound, (4) country of origin of each line item, (5) past performance of contracts completed with past 12 months for same or similar supplies. The USINS is requesting a quotation for horse feed consisting of the following estimated yearly quantities: Item 1, 110lb Bale/3000 Bales of Bermuda Grass-Grade #1, Item 2, 115lb Bale/700 Bales of Alfalfa-Grade #1, Item 3, 25lb Bucket/26 Buckets Grand Hoof or Eq, Item 4, 20lb Bucket/42 Buckets of Augment or Eq, Item 5, 25lb Bag/20 Bags of Clovite or Eq, Item 6, 40lb Bag/400 Bags of Moorglow or Eq, Item 7, 70lb Bag/245 Bags of A&M Complete or Eq, Item 8, 40lb Bag/18 Bags of 99% Pysillium (Pellet Form), Item 9, 35lb Bag/55 Bags of Manna Senior Feed or Eq, Item 10, 35lb Jug/24 Jugs of 100% Corn Oil, Item 11, 8lb Bucket/12 Buckets of HT 20 or Eq, Item 12, 50lb Bag/40 Bags of Beet Pulp, Item 13, 25lb Bucket/5 Buckets of Strongid C or Eq, Item 14, 10.5 cu ft bags/1000 Bags of Pine/Cedar Wood Shavings. The delivery schedule will be approx. every two weeks, to be delivered to the Border Patrol facilities (2) located at 17323 Highway 94, Dulzura,CA 91917 and 1802 Saturn Blvd., San Diego, CA 92154. The following FAR Clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items (evaluation factors are technical capability(to include products offered and past performance) and price); 52-212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which incorporate the following Clauses: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52-222-35 Affirmative Action for Disabled Veteran Era (38 U.S.C. 4212); 52.222-36 Affirmative Actions for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment Reports on Disabled Veterans and Veterans of Vietnam Era (38 U.S.C. 4212; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program-Supplies (41 U.S.C. 10a-10d); 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724,13059,13067, 13121 and 13129); and 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.211-16 Variation in Estimated Quantity (+,- 10%); 52.216-18 Ordering; 52.216-21 Requirements. The Offeror may obtain the full text of the clauses electronically at web site www.arnet.gov/far. This requirement is a small business set-aside. Award will be made to the lowest priced offeror who has been determined to be technical capable, responsive and responsible. Response date for this synopsis/quotation ACL-3-Q-0007 is December 6, 2002 at 4:00 pm Pacific Standard Time. Only written responses will be accepted. Offerors may submit information to Mike Nepsa at fax 949-360-3013 or E-Mailed in MS Word format to Mike.Nepsa@usdoj.gov. Information submitted shall include supplies and prices to cover the base and all option years, past performance and a description of supplies offered, point of contact, along with TIN and DUNS. NAICS 422910 applies.
- Place of Performance
- Address: See synopsis for two locations of performance
- Record
- SN00208908-W 20021123/021122063345 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |