SOLICITATION NOTICE
87 -- Agricultural Farm Chemicals
- Notice Date
- 1/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 325320
— Pesticide and Other Agricultural Chemical Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area/Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, WV, 25430, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 03-349B-7-7099
- Response Due
- 1/31/2007
- Archive Date
- 2/1/2007
- 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. Solicitation number 03-349B-7-7099 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This requirement is unrestricted for NAICS 325320. Contractors are responsible for reading and complying with this entire combined synopsis/solicitation and monitoring website, http://www.fbo.gov for any additional information relating to this requirement. The USDA, Agricultural Research Service requires a Contractor to furnish and deliver (F.O.B. Destination) various Agricultural Farm Chemicals to the USDA, Appalachian Fruit Research Station located in Kearneysville, West Virginia. SCOPE OF WORK - The USDA requires various agricultural chemicals to be furnished and delivered to the USDA facility in Kearneysville, WV, in accordance with the terms, conditions, and specifications contained in this document. These chemicals include herbicides, fungicides, and pesticides for soil preparation and conditioning. Required delivery date is on or before March 1, 2007. The Contractor is required to ship items in accordance with all Department of Transportation, Occupational Safety and Health Administration, and Environmental Protection Agency Regulations. All shipments shall include Material Safety Data Sheets (MSDS). 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. (A.1) SCHEDULE OF ITEMS - Furnish and deliver all agricultural chemicals listed below. 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 shall provide a quotation for all line items specified to include a TOTAL PRICE PER UNIT, TOTAL DOLLAR AMOUNT for each of the following 49 line items, and the final cost for all of the following line items: Item 01 Acramite 50WS Miticide - 1 Pound; Item 02 Agri-Mek 0.15EC Miticide/Insecticide - 3 Gallons; Item 03 Apogee Plant Growth Regulator - 10 Pounds; Item 04 Asana XL Insecticide - 1 Gallon; Item 05 Assail 70WP Insecticide - 81 Ounces; Item 06 Buffer P.S. Buffering and Conditioning Agent - 2.5 Gallons; Item 07 Cabrio EG Fungicide - 5 Pounds; Item 08 Calcium Chloride Foliar Fertilizer - 400 Pounds; Item 09 Captan 80 WDG Fungicide - 300 Pounds; Item 10 Casoron 4G Herbicide - 300 Pounds; Item 11 Chateau WDG Herbicide - 10 Pounds; Item 12 Crop Oil Concentrate Nonionic Adjuvant - 12.5 Gallons; Item 13 Diuron 80 Herbicide - 156 Pounds; Item 14 Dormant Spray Oil 100 - 163 Gallons; Item 15 Flint Fungicide - 100 Ounces; Item 16 Foam Buster Defoamer - 96 Pints; Item 17 Gramoxone Max Herbicide - 15 Gallons; Item 18 Hi-Dep Broadleaf Herbicide - 15 Gallons; Item 19 Imidan 70W Agricultural Insecticide - 268 Pounds; Item 20 Indar 75WSP Fungicide - 5 Pounds; Item 21 Induce Non-Ionic Low Foam Wetter/Spreader Adjuvant - 60 Gallons; Item 22 Kocide 101 or Cuprofix Fungicide - 20 Pounds; Item 23 Matran 2 OREC or Matran EC Herbicide - 2.5 Gallons; Item 24 MaxCel Plant Growth Regulator - 2 Gallons; Item 25 Nexter Miticide/Insecticide - 4.125 Pounds; Item 26 Penncozeb 75 Dry Flowable Fungicide - 180 Pounds; Item 27 Pristine Fungicide - 800 Ounces; Item 28 Procure 50WS Fungicide - 10 Pounds; Item 29 Provado 1.6 Flowable Insecticide - 1 Gallon; Item 30 Provide Plant Growth Regulator Solution - 2 Pints; Item 31 Provide 10SG Plant Growth Regulator - 17.5 Ounces; Item 32 Regulaid Spreader/Activator - 1 Gallon; Item 33 Retain Plant Growth Regulator Soluble Powder - 666 Grams; Item 34 Roundup UltraMax Herbicide - 5 Gallons; Item 35 Rubigan EC Fungicide - 15 Quarts; Item 36 Sevin XLR Plus Carbaryl Insecticide - 20 Gallons; Item 37 Simazine 4L Herbicide - 7.5 Gallons; Item 38 Sinbar Herbicide - 15 Pounds; Item 39 Solicam DF Herbicide - 10 Pounds; Item 40 Solubor Nutrient Spray - 80 Pounds; Item 41 Sorba Spray ZBK Foliar Fertilizer - 2.5 Gallons; Item 42 Super Sucker Stuff Sprout Inhibitor - 1 Gallon; Item 43 Surflan AS Agricultural Herbicide - 5 Gallons; Item 44 Tenn-Cop 5E Fungicide - 2.5 Gallons; Item 45 T-Methyl 70WP (Topsin-M) Fungicide - 55 Pounds; Item 46 Ultra-Fine Spray Oil Horticultural/Insecticide, Miticide, Fungicide - 15 Gallons; Item 47 Wettable Sulfur 90% Fungicide/Insecticide - 1050 Pounds; Item 48 Zeal Miticide - 14 Ounces; Item 49 Ziram Granuflo Fungicide - 200 Pounds. All shipments shall be made in new containers. Material Data Safety Sheets (MSDS) are required in accordance with FAR 52.223-3. (A.2) 52.216-2 ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES - 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 applicable established price in effect on the contract date for like quantities of the same item. (A.3) SHIPMENT AND DOCUMENTATION - Shipment is FOB Destination and shall be made between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excluding federal holidays to USDA-AFRS - Farm Manager, 2217 Wiltshire Road, Kearneysville, WV 25430. 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 52.223-3. The order number shall be included on all documentation and shipments. (A.4) The following FAR provisions and clauses apply to this acquisition and are available in full text at: http://www.arnet.gov 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.211-16 Variation in Quantity; 52.211-17 Delivery of Excess Quantities; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 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) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.225-1, Buy American Act - - Supplies; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (33) 52.232-36 Payment by Third Party; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.223-3 Hazardous Material and Identification and Material Safety Data 52.225-8 Duty-Free Entry; 52.227-3 Patent Indemnity; 52.242-17 Government Delay of Work; 52.247-34 F.o.b. Destination; 52.247-15 Contractor Responsibility for loading and unloading; 52.247.21 Contractor Liability for Personal Injury and/or Property Damage; (A.5) EVALUATION CRITERIA - - The Government contemplates award of a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government, price and other factors considered. (A.6) *** INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** OFFERS SHALL BE SUBMITTED TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 OFFERS SHALL BE RECEIVED AT THE ADDRESS SPECIFIED ABOVE PRIOR TO: 3:00 P.M. (EST) ON JANUARY 31, 2007. ** NOTE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. ** OFFERORS SHALL SUBMIT ALL OF THE FOLLOWING: (a) Quotation for ALL Line Items specified under (A.1) Schedule of Items to include total price per unit, total dollar amount per line item, and the final cost for all line items: (b) Include sufficient descriptive literature in accordance with FAR 52.211-6, Brand Name or Equal, for proposed substitutions. All substitutions will be reviewed based on information provided and must be approved prior to acceptance of quotation. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (c) Certification Statement specified under (A.2) 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 (IF ALL LINE ITEMS APPLY STATE - ALL- ) is not in excess of the Contractors applicable established price in effect on contract date for like quantities of the same item. (d) Statement that the offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov and verifies by submission of an offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation as of the date of this offer. Reference FAR 52.212-3 Offerors Representations and Certifications- Commercial Items identified under (A.4). If paragraph (j) of the provision is applicable, a written submission of FAR 52.213-3 is required. (d) Statement that Offeror is registered in the Central Contractors Database. By submission of an offer, the offeror acknowledges the requirement that the prospective awardee shall be registered in the CCR database (http://www.ccr.gov) prior to award, during performance, and through final payment of any contract resulting from this solicitation. (e) Statement indicating acceptance or non-acceptance of final payment via the Government Visa Credit Card. (A.8) ADDITIONAL INFORMATION - - Questions shall be submitted in writing to: Timothy Smearman, USDA, ARS, NAA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 or by electronic mail to: tim.smearman@ars.usda.gov
- Place of Performance
- Address: 2217 Wiltshire Road, Kearneysville, West Virginia
- Zip Code: 25430
- Country: UNITED STATES
- Zip Code: 25430
- Record
- SN01215239-W 20070121/070119220347 (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 |