SOLICITATION NOTICE
99 -- CORN COB GROUNDS
- Notice Date
- 4/7/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 111150
— Corn Farming
- ZIP Code
- 00000
- Solicitation Number
- 161333
- Response Due
- 4/22/2008 1:00:00 AM
- Archive Date
- 5/23/2008
- Small Business Set-Aside
- Total Small Business
- Description
- i. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation will result in a firm fixed price commercial supplies purchase order. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is one hundred percent set aside for small business. The NAICS code is 111150. The small business size standard is $0.75 million in sales, or less. iii. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Edinburg, TX. iv. The solicitation number for this effort is 161333 and this combined synopsis/solicitation is issued as a request for quotation (RFQ.) v. The 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) may be accessed on the Internet at http://farsite.hill.af.mil/ vi. REQUIREMENTS AND QUANTITIES : This requirement consists of one line item: CLIN 01- 242 tons of Corn Cob Grounds, #100, 80 mesh and finer, in 50 pound bags, palletized, 40 bags per pallet, stretch wrapped. Delivery schedule consists of 22 tons each delivered on or before: May 12, May 26, June 9, June 23, July 7, July 21, August 4, August 18, September 1, September 15 and September 29, 2008, for a total of 242 tons. Deliveries shall be during business hours Monday through Friday from 7:00 a.m. to 3:30 p.m. Deliveries will not be accepted after 3:30 p.m. The contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. vii. In accordance with FAR 52.216-27, this request for quote may result in multiple contract awards and in any combination of line items. The Government reserves the right to award any combination of line items and may award multiple line items to the same offeror, and will make award decisions based on the most advantageous offer to the Government. viii. The offerors price must include shipping to the FOB destination, 26675 North Moorefield Road, Building 6418, Edinburg, TX 78541 ix. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation x. The provision 52.212-2 Evaluation-Commercial Items apples to this solicitation; Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical capability: includes ability to provide product and ship according to the delivery schedule ; Past performance, send list of three references; and price. Technical and past performance, when combined are approximately equal to price. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firms record of conforming to specifications and to standards of good workmanship, customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three references which are either current or recent customers. xi. The provisions 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall either complete the online Offeror Representations and Certifications at www.bpn.gov OR return a completed copy of the Offer Representations and Certifications with their quotation. A hard copy of the provision may be attained from http://www.arnet.gov/far xii. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. xiii. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.2222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.22-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases ; 52.323-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR) xiv. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov xv. QUOTATIONS ARE DUE the United States Department of Agriculture, Minneapolis Contracting Officer, 100 North 6 th Street, Butler Square 5 th Floor, Minneapolis, Minnesota 55403 by 1:00 PM, CST, April 22, 2008 Quotes may be sent via e-mail to Joanne.Mann@aphis.usda.gov, by fax to 612 336-3550 or via mail to the above address. xvi. The point of contact for this synopsis solicitation is Joanne Mann who may be reached at Joanne.Mann@aphis.usda.gov, or by phone at 612 336 3224. xvii. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for line item one, CLIN 01, which provides the delivered price per ton. 2) Signature of the offeror on the page which lists the price. 3) A narrative as to the ability to deliver per the stated requirement and the delivery schedule. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed online. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6ce1f7823dc32294fa769c0f1d8b115&tab=core&_cview=1)
- Record
- SN01548720-W 20080409/080407220342-b6ce1f7823dc32294fa769c0f1d8b115 (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 |