Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
DOCUMENT

87 -- Pine or Aspen Shavings for Animal Bedding - Full Text Clauses

Notice Date
9/2/2008
 
Notice Type
Full Text Clauses
 
NAICS
321113 — Sawmills
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-08-AA25
 
Point of Contact
Georgetta C Stonewall,, Phone: (309) 681-6624, Mark O Volk,, Phone: 309-681-6618
 
E-Mail Address
georgetta.stonewall@ars.usda.gov, mark.volk@ars.usda.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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 solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation AG-5114-S-08-AA25 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification System (NAICS) code is 321113; small business size standard is 500 employees. The government may make multiple awards under this solicitation. The award will be for one (1) One-Year base period with one (1) One-Year option, firm fixed price, indefinite delivery/indefinite quantity (IDIQ) type contract. Award of the option periods will be at the discretion of the government. MINIMUM/MAXIMUM ORDERS: Minimum services to be rendered will not be less than $1,000 for the contract. The maximum amount of services to be rendered shall be no more than $30,000 for the contract. Delivery orders will be issued against the resultant contract(s). The contractor shall perform no work prior to receipt of a delivery order. Delivery orders may be made by telephone, fax, email, or in writing by the Contracting Officer (CO) or other person authorized by the CO at time of award. The Contractor shall be prepared to deliver by October 1, 2008. The Contractor shall make deliveries within ten (10) working days after receipt of the delivery order. Partial deliveries of a minimum quantity will be requested. SUPPLY AND DELIVER: Base year - October 1, 2008 through September 30, 2009. Item 1 - 2000 Bags - Shavings (Pine or Aspen); Include unit price for base and each option. TECHNICAL SPECIFICATIONS: The shavings shall be clean and dry, free from dust and foreign materials and without loose knots. Shavings must be course (no “sawdust”) from natural tree (no recycled material) with no sweepings added and kiln dried prior to chipping. The shavings shall be bagged in the same plant that they are manufactured in. The shavings shall be warehoused in clean, wild bird and rodent proof facilities. The shavings shall be free of insect larvae. The shavings supplied shall be of the highest quality from the viewpoint of freedom from dangerous bacterial contamination. Moisture content shall be a maximum of 10 percent. The shavings shall be bagged in multi wall paper bags and shall not be less than 50/50 all natural Kraft paper or polyethylene bags, not less than 4 mil. The bags shall be approximately 3.0-3.25 cu. ft. (compressed) and shall not be tied with nor contain wire or backing boards or any other nonflammable materials. Only new bags shall be used. SHIPPING AND DELIVERY, PERFORMANCE, AND ACCEPTANCE: Deliveries shall be made to USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Building 13, Ames, IA 50010 between October 1, 2008 and September 30, 2009. Deliveries shall be made during normal business hours of 7:30 a.m. through 2:30 p.m. (CST) Monday through Friday, excluding Federal Holidays. Deliveries shall be made from the plant in which the shavings are manufactured and bagged in clean, closed vehicles not used in the transportation of livestock. Each shipment shall be made as through shipment to National Animal Disease Center (NADC) without transfer from truck to truck or trailer or through terminals and unloaded at location specified by the NADC. The Contractor shall assure that the material conforms to the specifications in the contract prior to delivery. Upon delivery, at destination, the Government reserves the right to reject any or all parts of a shipment, if in the opinion of the Government, does not meet the requirements contained herein. Bags that are torn so that shavings are exposed on arrival at NADC will not be accepted. The Government reserves the right to inspect the premises and origination of shavings before, or anytime after, the contract is consummated, including bacteriological examination of the shavings. Final inspection will be made at destination for condition and quality. Bags shall be loaded and delivered on returnable or disposable pallets so that shavings can be unloaded by a Government Forklift Operator at the Government facility. If returnable pallets are used, they shall be provided at no additional cost to the Government and the Contractor shall be responsible for pick-up and return of these pallets after delivery. A delivery ticket must accompany each order (allowing for a signature of the person making the delivery and signature of Government personnel receiving the delivery) and must list the number of bags. INFORMATION TO BE INCLUDED IN QUOTATIONS - In order to be considered for award Offerors shall provide: 1) Unit price and total amount on signed and dated Company Letterhead for each line item (DUNS number should be included). 2) At least 3 to 5 references for the proposed product. References must have received the proposed product within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/comp/far/loadmainre.html and 4) a current copy of the Company’s CCR entry. (NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http:/acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-7, Central Contractor Registration (The website address for registration is: http://www.ccr.gov); FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 216-27, Single or Multiple Awards; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://acquisition.gov/comp/far/loadmainre.html. APPLICABLE FAR CLAUSES AND PROVISIONS REQUIRED IN FULL TEXT - SEE ATTACHMENT. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., September 15, 2008. Proposals and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6624 or email above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=277bbc29d50074fa4ed8c075977cb79b&tab=core&_cview=1)
 
Document(s)
Full Text Clauses
 
File Name: Clauses and Provisions Required in Full Text (IDIQ order clauses.pdf)
Link: https://www.fbo.gov//utils/view?id=d6070b1ccbb5c7f626be5d59ef187c39
Bytes: 10.25 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: USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01657433-W 20080904/080902221657-277bbc29d50074fa4ed8c075977cb79b (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.