Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SPECIAL NOTICE

87 -- 100% Timothy Grass Hay

Notice Date
7/25/2007
 
Notice Type
Special Notice
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6395-S-07-0057
 
Response Due
8/8/2007
 
Archive Date
8/24/2007
 
Description
(i) 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. The test program under FAR Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in an ordering requirements, firm fixed price contract with a base year and four option years. (ii) The reference number is AG-6395-S-07-0057 and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) It is anticipated that a single award will be made. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 424910 and small business size standard is 100 employees. (v) This requirement consists of 1 line item for base year and 1 line item for succeeding Option 1, 2, 3, 4 years: Line Item 0001: 100% Timothy grass hay, Not-to-exceed (NTE) qty of 180 Gross Ton (TG). The Price Schedule, including options, is provided as Attachment 1 to this combined synopsis/solicitation. ALL ATTACHMENTS WILL BE POSTED TO THIS COMBINED SYNOPSIS/SOLICITATION. (vi) The Specifications for this requirement is provided as Attachment 2 to this combined synopsis/solicitation. Procedure for issuing delivery orders and placing orders flowchart is provided as Attachment 3. (vii) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual delivery orders. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined, are equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. In order to allow the Government to determine technical acceptability, the offer shall submit the following product sample to the USDA, APHIS, VS, NY Animal Import Center, 200 Drury Lane, Rock Tavern, NY 12575 by the time specified below for receipt of offers: one 60 pound solid, rectangular bale, tied with plastic strapping, packaged in industry standard half-cuts; and a bigger bale that re cut in half and compressed. Additional guidance on price and past performance is provided under provision 52.212-1. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote. A copy of the provision may be attained from http:// www.arnet.gov/far; or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. and referenced in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum 1 - additional clauses/provisions, is provided as Attachment 4 to this combined synopsis/solicitation (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52 .203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-19, Child Labor - Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Supplies (June 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered notes not applicable (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:00 pm local time on August 8, 2007. Faxing or emailing quotes is acceptable. In order for an interested party to have a complete quotation package, as a minimum, the quotation package must contain the following items mentioned in Attachment 5. (xvii) The assigned Contracting Officer is Margie Thorson. Ms. Thorson may be reached at margie.p.thorson@aphis.usda.gov, (612) 336-3309 or by fax, (612) 370-2106.
 
Place of Performance
Address: Rock Tavern
Zip Code: 12575
Country: UNITED STATES
 
Record
SN01351572-W 20070727/070725220408 (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.