Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
MODIFICATION

87 -- LOCAL GRASS SEED SUPPLIES FOR THE YAKIMA TRAINING CENTER, YAKIMA, WA.

Notice Date
7/27/2007
 
Notice Type
Modification
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S807Q0051
 
Response Due
8/10/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
Total Women-owned Business
 
Description
This is a Combined Synopsis/Solicitation for the purchase of a commercial item, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only s olicitation to be made. Request for Quotations are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0051 is applicable and is issued as a Request for Quotations. The solicitation and incorporated provisions a nd clauses are those in effect through Federal Acquisition Circular 2005-18 and DCN 20070531. This requirement is a Woman-Owned Small Business Set Aside with a NAICS Code of 424910 and a corresponding size standard of 100 employees. The description of th e requested commercial items is as follows: CLIN 0001: 9,000 lbs.  Sandbergs Bluegrass Seed (Poa Secunda), Pure Live Seed (PLS), from a seed source within Washington State and Washington State certified (blue tag certified); CLIN 0002: 18,000 lbs.  Blu ebunch Wheatgrass Seed (Psuedoroegneria Spicata), Pure Live Seed (PLS), from a seed source within Washington State and Washington State certified (blue tag certified). Delivery is FOB Destination to Yakima Training Center (YTC), Directorate of Public Work s, Bldg. 810, Yakima, WA, 98901. Delivery window dates for full shipment is the week of 08 October 2007 through 15 October 2007. The selection resulting from this Request for Quotations shall be made on the basis of the lowest priced, technically acceptabl e Quotation from a responsible offeror with acceptable or neutral past performance. Once the Contracting Officer has decided to whom an order will be issued, a firm fixed-price contract will be awarded. Provision 52.212-1, Instructions to Offerors-Commerc ial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any pro vision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without pri or notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are re quired to submit completed copies of the provisions at FAR 52.212-3 and its Alt I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items with their quotations. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and D FAR Clause 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52. 232-33. The following clauses within DFARS 252.212-7001 are applicable to this acquisition: within (a): 52.203-3; within (b): 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. DFARS clause 252.232-7010 is applicable. DFARS Provision 252.209-7001 is applicable. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotations are due on 10 August 2007 at 2:30:00 PM. Pacific Daylight Time. Quotations must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn an d Bradstreet number, CAGE code and Federal Tax ID number to Mark A. Erickson, Contract Specialist, mark.a.erickson@us.army.mil, 253-966-3532. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for sel ection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitatio n.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01354832-W 20070729/070727221411 (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 |
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.