Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2005 FBO #1213
SOLICITATION NOTICE

87 -- Supply Pesticide/Insecticide

Notice Date
3/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-8/SRS Eastern Administrative Zone, P.O. Box 2750 160-A Zillicoa St., Asheville, NC, 28802
 
ZIP Code
28802
 
Solicitation Number
EAZ-33-05-2006-RFQ
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ), EAZ-33-05-2006-RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 424910 with a small business size standard of 100 employees. This is a 100% set-aside for small business. All interested offerors may submit a quote.***The USDA Forest Service Savannah River, has a requirement for the purchase of pesticide growth regulator and insecticide for use at the Savannah River Site in Aiken, SC. ***All interested parties are invited to submit a quote for the following line items: LINE ITEM 001: Quantity: 900 lbs of Award (or equal) pesticide growth regulator with Fenoxycarb as the active ingredient (in 25# to 50# bags). LINE ITEM 002: Quantity 15,000 lbs of Chipco-Topchoice insecticide (or equal) with Fipronil as the active ingredient (in 50 lb bags). DELIVERY SHALL BE FOB DESTINATION. Delivery will be in 3 increments. The Forest Service (FS) will contact the contractor one week prior to when the pesticide or insecticide is needed. Delivery amounts will be determined by the FS as needed throughout the performance period (from award date through September 30, 2005). Deliveries will be made during normal business hours, Monday ? Friday between 8 a.m. ? 4 p.m. and coordinated with designated FS contact. The Contractor shall pack and mark the shipment in conformance with the carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee and ay all charges to the specified point of delivery. The insecticide/pesticide will be delivered and unloaded by the Contractor at the following location: USDA Forest Service, 1 mile inside Aiken barricade, SRS, Aiken, SC 29802. Due to the point of entry procedures at Savannah River Site, the contractor will be required to give a 3 days notice of delivery and provide to designated FS personnel the cargo delivery driver?s company name, social security number and a fax copy of his/her driver?s license. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The Government will evaluate information based on the following criteria; 1) Technical Capability factor meeting the requirement, 2) Contractor?s prior experience, 3) Past Performance, and 4)Price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offers shall include the brand name of the product, manufacturer sales literature or other product literature (MSDS) which clearly documents that the offered product meets the specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number, the amount of the contract and the address and the telephone number of the Contracting Officer if applicable, and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 52.233-3, Protest After Award (AUG 1996) (31.U.S.C 3553); 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 including subparagraphs: (1)52.222-3, Convict Labor (JUNE 2003)(E.O. 11755);(2) 52.222-19, Child Labor/Cooperation with Authorities and Remedies (Sep 2002)(E.O. 13126); (3) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (4) 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246); (5) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (6)52.225-1 Buy American Act/Supplies (June 2003)(41 U.S.C. 10a/10d); (7)52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, ad 13129; and (8) 52.232.33, Payment by Electronic Funds Transfer/Central Contractor Registration (OCT 2003); and (9) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.ist.gov/admin/od/contract/agency.htm. *** All interested parties should submit quotes to include the following: 1) One copy of a quotation which addresses the line items 2) One copy of the technical description and/or product literature 3) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the USDA Forest Service, Savannah River, Attn: Cindy Possee, P.O. Box 700, New Ellenton, SC 29809. Fad quotes will also be accepted @ 803.725.1807. Submission must be received by 3:00 p.m,. local time on April 4, 2005. Point of contact Cindy Possee, Purchasing Agent, Phone 803.725.0251; Fax 803.725.1807; Email: cpossee@fs.fed.us
 
Place of Performance
Address: Address: 1 mile inside Aiken Barricade, Savannah River Site, Aiken, SC, ,
Zip Code: 29802
Country: USA
 
Record
SN00772341-W 20050323/050321211658 (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.