Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2008 FBO #2539
DOCUMENT

93 -- Deer Feeders - Technical Specifications

Notice Date
11/6/2008
 
Notice Type
Technical Specifications
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-09-0022
 
Point of Contact
Nathan Johnson,
 
E-Mail Address
nathan.d.johnson@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis Solicitation Delta Pink Bollworm Traps PLEASE ENSURE YOU READ ITEM (ix) BELOW (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Request for quote AG-6395-S-09-0022 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27 October 17th, 2008. See http://www.arnet.gov/far/loadmainre.html. (iv) This solicitation is restricted to small businesses. The applicable NAICS code of 326199 and a size standard of less than 500 employees. (v)CLIN 0001 Qty 450 Description Deer Feeders CLIN 0002 Qty 450 Description Freight (per feeder) (vi) The purpose of this solicitation is to order plastic gravity flow deer feeders in accordance with attached specifications. These are needed as part of a project to control tick outbreaks in Texas. (vii) Delivery of no less than 50 feeders per month until completion. Delivery is FOB Destination (freight charges must be pre-calculated in CLIN 0002. There will be no later adjustment for freight charges): 700 Zaragosa Street Laredo, TX 78042 (viii) Provision at 52.212-1, Instructions to Offerors—Commercial Items (Jun 2008), applies to this acquisition. (ix) Provision at 52.212-2, Evaluation—Commercial Items does applies to this acquisition. This is a best value low priced technically acceptable acquisition using FAR 13.106-2 evaluation procedures. The following factors will be evaluated: Price and past performance. Award will be made to the lowest priced offeror who meets the attached technical specifications and has acceptable past performance. (x) Offerors shall complete at 52.212-3, Offeror Representations and Certifications—Commercial Items (June 2008) and submit a copy of the representation with its offer. Please note that certifications can be completed online at https://orca.bpn.gov/. A copy of the complete clause can be found online at http://www.arnet.gov/far/current/html/52_212_213.html#wp1179194 (xi) Clause at 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2008) applies to the acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition with the following FAR clauses selected: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (29)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (xiii) The following additonal FAR clauses apply: 52.211-6 Name Brand or Equal with the following text added: Equivalent to Thunder Valley Whitetail UltiMax. See attached for list of salient characteristics. Agriculture Acquisition Regulations (48 CFR Chapter 4 401-453) apply to this purchase: Provisions 452.211-70 Brand Name of Equal and 452.219-70 Size Standard and NAICS Code Information (see iv above). Clauses 452.211-73 Attachment to Statement of Work/Specifications and 454.246-70 Inspection and Acceptance with the following text added: Inspection and Acceptance will occur at delivery location. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Quotes are due via mail, email, or fax by 1500 CST on Friday 14 November 2008. Mailing address: USDA – APHIS – ASD - Contracting Attention Nathan Johnson 100 North 6th Street Suite 510-C Butler Square Minneapolis, MN 55403 Fax 612-336-3550 Email: nathan.d.johnson@aphis.usda.gov (xvi) Please contact Nathan Johnson with any questions nathan.d.johnson@aphis.usda.gov or (612) 336-3404.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4dbfaba55bfd7bbf13ed3c2be1027ec5&tab=core&_cview=1)
 
Document(s)
Technical Specifications
 
File Name: Gravity Flow Feeder (Gravity Flow Feeder Description.doc)
Link: https://www.fbo.gov//utils/view?id=c947b96b14a43e077e9a2341d11f8411
Bytes: 37.50 Kb
 
File Name: Feeder Picture (feeder_image1.JPG)
Link: https://www.fbo.gov//utils/view?id=12f606c93beac5f307700bb8bef4c8c3
Bytes: 1,248.30 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: 700 Zaragosa Street, Laredo, Texas, 78042, United States
Zip Code: 78042
 
Record
SN01701839-W 20081108/081106215217-4dbfaba55bfd7bbf13ed3c2be1027ec5 (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.