Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2008 FBO #2395
DOCUMENT

68 -- GLYPHOSAE BASED AQUATIC HERBICIDE - Addendum I

Notice Date
6/15/2008
 
Notice Type
Addendum I
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
08_174273
 
Archive Date
7/5/2008
 
Point of Contact
Joanne R Mann, Phone: 612-336-3224
 
E-Mail Address
Joanne.Mann@usda.gov
 
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 contract. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is set aside for small business. The NAICS code is 325320. The small business size standard is 500 employees. iii. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Services (WS), Bismarck, North Dakota. iv. The solicitation number for this effort is 08-174273 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 two line items: CLIN 0001 - Glyphosate-based Aquatic Herbicide, Quantity 1950 gallons in 30 gallon recyclable containers. Contractor shall be responsible for the return shipping of the 30 gallon recyclable containers; CLIN 0002 - 90% Nonionic Surfactant, Quantity 244 gallons in 2.5 gallon containers. 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. Items to be provided under this contract consist of Glyphosate-based Aquatic Herbicide. The herbicide must be registered with the Environmental Protection Agency (EPA) and meet the standards set forth for use in North Dakota and South Dakota. viii. The offerors price must include shipping to the FOB destination, Larimore, ND. Offers shall submit data outlining your firm's product specifications. Delivery and acceptance location: Larimore, ND. Delivery shall be no later than July 7, 2008 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. 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: Lowest Price Technically Acceptable. 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; 52.219-14 Limitations on Subcontracting; 52.219-6 Notice of Total Small Business Set-Aside; 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, JUNE 20, 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 each line item, CLINS 0001 and 002, which provides the price per unit. See Addendum I. 2) Signature of the offeror on the page which lists the price. 3) A detailed narrative address how the Glyphosate-based Aquatic Herbicide meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes shall be of sufficient detail to determine their adequacy. 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=7d7f86529a09a13cd7b249d02874cec8&tab=core&_cview=1)
 
Document(s)
Addendum I
 
File Name: Addendum I - Pricing Sheet (08 174273 GLYPHOSATE Addendum I.doc)
Link: https://www.fbo.gov//utils/view?id=7c39db9506d36e5e34c0ae0808440c14
Bytes: 26.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 20 BARRETT STREET, LARIMORE, North Dakota, 58251, United States
Zip Code: 58251
 
Record
SN01593818-W 20080617/080615213104-7d7f86529a09a13cd7b249d02874cec8 (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.