Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2003 FBO #0533
MODIFICATION

87 -- Native Seeds

Notice Date
5/14/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807
 
ZIP Code
59807
 
Solicitation Number
RFQ-R1-03-30
 
Response Due
5/21/2003
 
Archive Date
6/5/2003
 
Point of Contact
Margaret Schafer, Contract Specialist, Phone 406-329-3229, Fax 406-329-3536, - Mary Fields, Procurement Technician, Phone 406-329-3636, Fax 406-329-3536,
 
E-Mail Address
msschafer@fs.fed.us, mfields@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is R1-03-30 and this requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. The procurement is 100% set-aside for small business. See Numbered Note 1. The North American Industry Classification System (NAICS) number is 422910-size standard 500 employees. The USDA Forest Service, P.O. Box 7669, Missoula, Montana 59807 intends to award a firm-fixed price contract for the acquisition of the following items. NATIVE GRASS CULTIVARS: ITEM 01 - Native Plant Materials, Grass Seed ? Scientific Name: Agropyron Spicatum, Cultivar Name: Goldar, Common Name: Bluebunch Wheatgrass, Minimum Purity -.90, Germination - .85, Pure Live Seed (PLS) Rating - .76, QTY ? 2800 LBS (Pure Live Seed). ITEM 02 - Native Plant Materials, Grass Seed ? Scientific Name: Bromus Carinatus, Cultivar Name: Garnet, Common Name: Mountain Brome, Minimum Purity - .90, Germination - .85, Pure Live Seed (PLS) Rating - .76, QTY ? 2500 LBS (Pure Live Seed). OTHER NATIVE GRASS SELECTIONS: ITEM 03 - Native Plant Materials, Grass Seed ? Scientific Name: Festuca Idahoensis, Trade Name: Winchester, Common Name: Idaho Fescue, Minimum Purity -.95, Germination -.85, Pure Live Seed (PLS) Rating - .76, QTY ? 1500 LBS (Pure Live Seed). ITEM 04 ? Native Plant Materials, Grass Seed ? Scientific Name: Elymus Glaucus, Common Name: Blue Wildrye, Source-Identified, QTY ? 1500 LBS (Pure Live Seed). ITEM 05 ? Native Plant Materials, Grass Seed ? Scientific Name: Elymus Trachycaulus, Common Name: Slender Wheatgrass, Source-Identified, QTY ? 1500 LBS (Pure Live Seed). ITEM 06 ? Native Plant Materials, Grass Seed ? Scientific Name: Festuca Scabrella, Common Name: Rough Fescue, Source-Identified, QTY ? 1500 LBS (Pure Live Seed). ITEM 07 ? Native Plant Materials, Grass Seed ? Scientific Name: Poa Secunda, Common Name: Sandberg?s Bluegrass, Source-Identified, 1500 LBS (Pure Live Seed). **PREFERENCE FOR SOURCE IDENTIFIED ITEMS 04 THROUGH 07, SHALL BE FOR SOURCES IN AND AROUND THE NORTHERN ROCKY STATES OF MONTANA AND NORTHERN IDAHO.** The Government reserves the right to adjust quantities purchased by plus or minus 15% based on available funding. All quotes shall be submitted on a Pure Live Seed (PLS) basis. Quotes shall include the PLS price per pound. Quotes shall include a copy of the seed purity analysis (including purity, germination, and PLS ratings). Seed sacks shall be made of burlap, paper or nylon/plastic, but cannot be totally airtight. The sack size shall not exceed 50 LBS. All sacks shall be delivered on pallets. All costs of transportation from shipping point to the destination shall be paid by the Contractor and included in the quoted price. The Contractor shall be responsible for any and all damages occurring in transit. All seed shall be delivered by June 6, 2003 to the Coeur d?Alene Nursery, 3600 Nursery Road, Coeur d'Alene, ID, 83814-8499. All seed of Items 01-03 must be certified (blue tag), and all seed of Items 04-07 certified source-identified, by agencies found on the Association of Official Seed Certifying Agencies List (AOSCA). All certified seed shall meet the AOSCA quality standard and state standards, whichever is stricter, for the state in which the seed was certified or of seed origin. Visit the web site at http://aosca.org/. All seed delivered to the US Forest Service will be tested upon delivery for purity and noxious weeds on the all-States Noxious Weed List. The Government will comply with the USDA State Noxious Weed Seed recognized in the administration of the Federal Seed Act. Reference http://www.ams.usda.gov/lsg/seed.htm. All seed offered must meet all requirements of the Federal Seed Act (7 U.S.C. Secs. 1551-1610, incl.) and the seed laws of the states of Montana and Idaho. All seed must qualify for acceptance by meeting all combinations of noxious weed for all states; otherwise the entire lot of seed will be rejected. A label (the analysis tag) must be attached to each bag of seed and shall include the lot number, name and address of shipper, species/variety, purity, germination/tetrazolium tests (TZ) (germination test must be current within 6 months), crop seed, weed seed, inert, noxious weed seed and states tested for, origin, test date, weight of bag, reference certified lot number if company assigns a new lot number, and contract number. All seed will be sampled and tested by the Government, as discussed above, before final acceptance is made. If seed delivered under the contract is rejected, the Contractor must promptly (within 10 calendar days) replace the seed and remove the rejected seed. If the lot is removed, and resubmitted as the replacement lot, a new lot number must be assigned to that seed by the Contractor. All freight and shipping charges in connection with seed that is rejected will be borne by the Contractor. The Contractor will be given an opportunity to replace the rejected seed. If replacement seed delivered is also rejected, the Government may terminate the contract for cause. Re-procurement charges may be assessed to the Contractor if the seed is still needed; otherwise, actual damages may be assessed. Final acceptance of all seed delivered under this contract shall be the responsibility of the Contracting Officer or his/her designee. Quality of the deliverables is subject to verification by the Contracting Officer?s Representative (COR) with the final payment to be withheld pending completion of any necessary re-work by the Contractor. Quotes will be evaluated in accordance with FAR 13.106. The Government will award a contract resulting from this RFQ to the responsible offeror(s) whose offer conforms to the RFQ, and is considered to be the best value to the Government. Multiple awards may be made. The following factors shall be used: Contractor?s ability to meet aspects of the specifications, past performance (provide last 2 years of state and/or federal government contacts) and price. The government reserves the right to make award on initial quotes received without discussions. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3--Offeror Representations and Certifications--Commercial Items, FAR 52.212-4 Contract Terms and Conditions--Commercial Items, FAR 52.219-6 ? Notice of Total Small Business Set-Aside, FAR 52.204-6 ? Data Universal Numbering system (DUNS) Number, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items, FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity (E.O. 11246), FAR 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 ? Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-19 ? Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), FAR 52.225-3 ? Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act (41 U.S.C 10a-10d, 19 U.S.C. 3301 not, 19 U.S.C. 2112 note), FAR 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.225-15 ? sanctioned European Union Country End Products (E.O. 12849), FAR 52.232-34 Payment by Electronic Funds-Transfer Other Than Central Contractor Registration (31 U.S.C. 3332). Vendors wishing to respond to this RFQ should provide the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of order, payment terms, correct remittance address; past performance information; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications--Commercial Items. The Government will consider all quotes received by 4:00 p.m MDT, May 14, 2003, USDA Forest Service, P.O. Box 7669, Missoula, Montana 59807. Note: full text of the FAR can be accessed on www.arnet.gov/far/ .
 
Place of Performance
Address: Couer d'Alene Nursery,, 3600 Nursery Road,, Couer d'Alene, Idaho,
Zip Code: 83814-8499
 
Record
SN00323737-W 20030516/030514213210 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.