SOLICITATION NOTICE
87 -- Agricultural Farm Chemicals
- Notice Date
- 1/23/2006
- Notice Type
- Solicitation Notice
- NAICS
- 325320
— Pesticide and Other Agricultural Chemical Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
- ZIP Code
- 19038
- Solicitation Number
- 03-349B-6-6060
- Response Due
- 2/3/2006
- Archive Date
- 2/18/2006
- Description
- This is a combined synopsis/solicitation for commercial items 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. Proposals are being requested and a written solicitation will not be issued. The solicitation number 03-349B-6-6060 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-8. This requirement is unrestricted for NAICS 325320 with a small business size standard of 500 employees. Delivery shall be F.O.B. Destination to the USDA, ARS, Appalachian Fruit Research Station (AFRS), 2217 Wiltshire Road, Kearneysville, West Virginia 25430 after receipt of notice of contract award. The USDA, Agricultural Research Service requires the Contractor to furnish and deliver (F.O.B. Destination) various Agricultural (Farm) Chemicals to the USDA, ARS, Appalachian Fruit Research Station located in Kearneysville, West Virginia. These chemicals include herbicides, fungicides, and pesticides to be used for soil preparation and conditioning. The delivery date for the initial shipment is on or before March 1, 2006. If additional deliveries are required, both parties shall negotiate the delivery date(s). Additional purchases may be made at any time during the performance period. The period of performance shall not exceed September 30, 2006. Notice of award may be given verbally. Acceptance shall be made at destination. The Contractor is required to ship items in accordance with all Department of Transportation, Occupational Safety and Health Administration, Environmental Protection Agency and ARS regulations. All shipments shall include a Material Safety Data Sheet (MSDS) (as appropriate). Companies with the demonstrated capability and financial capacity to provide these items on an ?All or None? basis are invited to respond to this request . The contractor is responsible for monitoring the FBO website at http://www.fedbizopps.gov for information relating to this requirement. (A.1) SCOPE OF WORK - The USDA, Agricultural Research Service (ARS) requires various agricultural chemicals to be furnished and delivered to the USDA, ARS facility in Kearneysville, West Virginia, in accordance with the terms, conditions, and specifications contained in this document. These chemicals include herbicides, fungicides, and pesticides and will be used for soil preparation and conditioning. (A.2) SCHEDULE OF ITEMS - Furnish and deliver the agricultural chemicals listed below. Award will be made on an all or none basis. If the offeror cannot furnish the specified quantity listed, quote to the next highest pound, gallon, etc. in accordance with FAR 52.211-16. Offeror?s shall provide unit price and total amount for each of the following 55 line items: Item 01 Abound Flowable Fungicide ? 1 Gallon; Item 02 Accel Plant Growth Regulator ? 4 (71.2 ounce) bottles; Item 03 Actara Insecticide ? 1 (30 ounce) bottle; Item 04 Agri-Mek 0.15EC Miticide/Insecticide ? 3 Gallons; Line 05 Agri-Mycin 17 Agricultural Streptomycin ? 32 Pounds; Item 06 Aliette WDG Fungicide ? 5 Pounds; Item 07 Apogee Plant Growth Regulator ? 10 Pounds; Item 08 Asana XL Insecticide ? 4 Gallons; Item 09 Assail 70WP Insecticide ? 8 (13.5 ounce) Bottles; Item 10 Bravo WeatherStik Agricultural Fungicide ? 2.5 Gallons; Item 11 Brigade WSB Insecticide/ Miticide ? 5 Pounds; Item 12 Buffer P.S. Buffering and Conditioning Agent ? 10 Gallons; Item 13 Calcium Chloride ? 250 Pounds; Item 14 Captan 80 WDG Fungicide ? 600 Pounds; Item 15 Crop Oil Concentrate Nonionic Adjuvant ? 2.5 Gallons; Item 16 Diuron 80 Herbicide ? 164 Pounds; Item 17 Dormant Spray Oil 100 ? 212 Gallons; Item 18 Entrust Naturalyte Insect Control ? 1 Pound; Item 19 Esteem 35WP Insect Growth Regulator ? 3 (50 ounce) Packages; Item 20 Flint Fungicide ? 7 (20 ounce) Bottles; Item 21 Goal 2XL Herbicide ? 15 Gallons; Item 22 Gramoxone Max Herbicide ? 27.5 Gallons; Item 23 Guthion Solupak 50% Wettable Powder Crop Insecticide ? 10 Pounds; Item 24 Imidan 70W Agricultural Insecticide ? 240 Pounds; Item 25 Indar 75WSP Fungicide ? 4 Pounds; Item 26 Induce Non-Tonic Low Foam Wetter/Spreader Adjuvant ? 97.5 Gallons; Item 27 K-Salt FruitFix 200 ? 2 Gallons; Item 28 Lannate SP Insecticide ? 34 Pounds; Item 29 Lime Sulfur Solution Fungicide/Insecticide ? 20 Gallons; Item 30 Matran EC Herbicide ? 15 Gallons; Item 31 Nufos 4E (Lorsban 4E) Insecticide ? 7.5 Gallons; Item 32 Orbit Fungicide ? 1 Quart; Item 33 Penncozeb Dry Flowable Fungicide ? 360 Pounds; Item 34 Pounce 3.2 EC Insecticide ? 1 Gallon; Item 35 Poast Herbicide ? 5 Gallons; Item 36 Pristine Fungicide ? 9 (100 Ounce) Bottles; Item 37 Provado 1.6 Flowable Insecticide ? 1 Gallon; Item 38 Provide Plant Growth Regulator Solution ? 1 Pint; Item 39 Pyrellin E.C. Emulsifiable Concentrate Insecticide ? 3 Gallons; Item 40 Regulaid Spreader/Activator ? 1 Gallon; Item 41 Retain Plant Growth Regulator Soluble Powder ? 1 (333 Gram) Package; Item 42 Roundup Ultra Max II Herbicide ? 17.5 Gallons; Item 43 Rubigan EC Fungicide ? 16 Quarts; Item 44 Savey 50DF Ovicide/ Miticide ? 2 (12 Ounce) Packages; Item 45 Sevin Brand XLR Plus Carbaryl Insecticide ? 37.5 Gallons; Item 46 Simazine 4L Herbicide ? 27.5 Gallons; Item 47 Sinbar Herbicide ? 30 Pounds; Item 48 Surflan AS Agricultural Herbicide ? 15 Gallons; Item 49 Tenn-Cop 5E Fungicide ? 12.5 Gallons; Item 50 Thiodan EC Emulsifiable Concentrate ? 15 Gallons; Item 51 Thiram Granuflo Agricultural Fungicide ? 30 Pounds; Item 52 Topsin-M 70W WSB Fungicide ? 65 Pounds; Item 53 Ultra-Fine Oil All Season Horticultural Insecticide, Miticide, and Fungicide ? 20 Gallons; Item 54 Sulfur 90% Wettable ? 22 (30 Pound) Bags; Item 55 Ziram Granuflo Fungicide ? 360 Pounds. All shipments shall be made in new containers. Material Data Safety Sheets (MSDS) are required and shall be provided as appropriate and as required by Federal Regulations. AWARD WILL BE MADE ON AN ?ALL OR NONE? BASIS. (A.3) BRAND NAME REQUIREMENT -In accordance with FAR 52.211-6, Brand Name or Equal, products are listed by brand name. Brand Name products are required because if the product was changed, it would severely impact the research results. Substitutions are acceptable as long as they have the same active ingredients. All substitutions must be approved by the Contracting Officer?s Representative prior to delivery. (A.4) 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987). (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. [Contractor insert information here:]. (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a database for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. (A.5) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) - The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor before September 30, 2006. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (A.6) 52.211-16 VARIATION IN QUANTITY (APR 1984) - (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: twenty (20) percent increase or a twenty (20) percent decrease. This increase or decrease shall apply to each quantity specified in the delivery schedule. (A.7) 52.216-2 ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES (JAN 1997) - The Contractor warrants that the unit price stated in the Schedule for ______[offeror insert Schedule line item number] is not in excess of the Contractor?s applicable established price in effect on the contract date for like quantities of the same item. (A.8) PACKING AND SHIPPING - The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The Contractor is required to adhere to all OSHA, DOT, EPA, and other State and Federal Regulations as they pertain to these chemicals. The items to be furnished hereunder shall be labeled with the purchase order number, one (1) copy of the Material Safety Data Sheets (MSDS) (as required) and delivered, all transportation charges paid by the Contractor, and in accordance with the F.O.B. Destination, clause to: USDA, ARS, NAA, Appalachian Fruit Research Station, 2217 Wiltshire Road, Kearneysville, WV 25430, Attn: Kenny Thomas. (A.9) 52.211-8 TIME OF DELIVERY (JUN 1997) - (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE - ITEM NO.: 1 through 55, QUANTITY: As shown on the Schedule of Items, WITHIN 14 DAYS after receipt of the notice of award, but not later than March 1, 2006. The Government will evaluate equally, as regards to time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: ITEM NO. (describe), QUANTITY (describe) WITHIN (number) DAYS AFTER RECEIPT OF THE NOTICE OF CONTRACT AWARD. (A.10) DELIVERY INFORMATION - Delivery shall be made in accordance with FAR Clause 52.247-34, F.O.B. Destination. Delivery shall be made within the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excluding Federal holidays. (A.11) DOCUMENTATION - The Contractor shall provide one (1) copy of the Material Safety Data Sheets (MSDS) with each chemical at time of shipment in accordance with FAR clause 52.223-5. The purchase order number shall be included on all documentation and shipments. (A.12) ADDITIONAL QUOTATION INFORMATION - Quotations sent by facsimile or e-mail are not acceptable. (B.1) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (SEP 2005) applies to this acquisition. (B.2) ADDENDA TO FAR CLAUSE 52.212-4 - 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (b) Inspection and acceptance will be performed at: USDA, ARS, North Atlantic Area, Appalachian Fruit Research Station, 2217 Wiltshire Road, Kearneysville, WV 25430. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy upon delivery and acceptance. The invoice shall be mailed to the USDA, ARS, NAA, AFRS, 2217 Wiltshire Road, Kearneysville, WV 25430, Attn: Timothy Smearman. (B.3) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JAN 2006) applies to this acquisition and includes the following clauses: 52.203-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-3 Alt 1; 52.225-13; 52.225-15; 52.232-33; 52.232-36, 52.247-64. (B.4) ADDENDA TO FAR CLAUSE 52.212-5 - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Clauses at http://www.usda.gov/procurement/policy/agar.html. 52.211-6; 52.211-17; 52.214-34; 52.214-35; 52.219-2; 52.223-5; 52.223-6; 52.223-10; 52.225-8; 52.232-18; 52.232-19; 52.242-17; 52.247-15; 52.247-21; 52.247-34; E.O. 13101 Greening the Government through Waste Prevention, Recycling, and Federal Acquisition; AGAR 452.204-70. (B.5) 52.219-2 EQUAL LOW BIDS (OCT 1995). (B.6) 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA SHEET (JAN 1997)(ALT 1) (JUL 1995). The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under this contract. Material Name (If none, insert "None") and Identification No. (C.1) CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS - THERE ARE NO ATTACHMENTS IN THIS SECTION. (D.1) 52.212-1 INSTRUCTIONS TO OFFEROR?S--COMMERCIAL ITEMS (JAN 2006) applies to this acquisition. (D.2) - ADDENDA TO FAR CLAUSE 52.212-1 - 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, acknowledgment of amendments (if any), and the following pages from the solicitation: Page 1-3, Section A.2 (3 pages), A.3, A.4, A.5, A.7, A.9, B.5, B.6, the Evaluation criteria at D.4, and the Certifications at D.5 to Timothy Smearman, USDA, ARS, NAA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. OFFERS ARE DUE FEBRUARY 3, 2006 AT 3:00 P.M. Offers sent by facsimile or e-mail will be considered non-responsive and will be rejected. Questions must be sent in writing to Timothy Smearman, USDA, ARS, NAA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 or by electronic mail to tsmearman@afrs.ars.usda.gov. (D.3) 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) applies to this acquisition and includes the following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement (including the required delivery date in Section A.9); (ii) Past performance (see FAR 15.304); and (iii) Price. (D.4) ADDENDUM TO FAR CLAUSE 52.212-2 EVALUATION FACTORS - A. Deletes item D.3(b). B. EVALUATION FACTORS FOR AWARD-FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1.TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on brand name product information and meeting the required delivery date. Each offeror is required to furnish the product information for substitutions and the FAR Clause 52.223-3, Hazardous Material Identification at Section B.6. Documentation for substitutions is to be furnished to show how the offered item is in compliance with the statement of work or how it meets/exceed each specification requirements. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer?s knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Contractor?s, Project Officers and Contracting Officers. 2. Contract number, type, and dollar value. 3. Date of contract and period of performance. 4. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 5. PRICE - includes all supplies, materials, labor, shipping and any discount terms. D.5 - 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2005) - Contractors shall complete and return the clause with their offer.
- Place of Performance
- Address: 2217 Wiltshire Road, Kearneysville, West Virginia
- Zip Code: 25430
- Country: U.S.
- Zip Code: 25430
- Record
- SN00970717-W 20060125/060123211647 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |