Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2008 FBO #2575
SOLICITATION NOTICE

87 -- Reforestation Tree Seedlings

Notice Date
12/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113210 — Forest Nurseries and Gathering of Forest Products
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300, Acquisition Management, Milwaukee, Wisconsin, 53202
 
ZIP Code
53202
 
Solicitation Number
AG-51A8-S-09-0003
 
Archive Date
1/27/2009
 
Point of Contact
Susan Weaver,, Phone: 8154232162, Patricia Walker,, Phone: 6182531044
 
E-Mail Address
susanweaver@fs.fed.gov, pwalker@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is AG-51A8-S-09-0003 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 113210. The small business size standard is $6.5M average annual receipts. This acquisition is a small business set-aside. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular FAC 05-29. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items, the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, and (2) Price. The contract award will be offered to the best value offer made to the government, considering technical capability and price. The heights listed are the minimum acceptable size. Suppliers are encouraged to submit bids for larger seedlings. More than one bid may be submitted per bid item. For example, on bid item one, one bid may be submitted for 18 inch overcup oak and a second bid may be submitted for 24 inch overcup oak. The award will be based on the quoter’s ability to provide the largest seedlings meeting specifications at a reasonable price to the government. 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-6 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.219-5, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13 and 52.232-33. The following also apply: 52.214-22 and 52.216-27. Multiple awards may be issued; however, awards will not be broken down within the bid items. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. SCOPE OF CONTRACT: It is the purpose of this solicitation to obtain the supply of 5,700 bare root seedlings and 4,900 containerized tree seedlings. The Government is looking for the following: Seedlings (Bareroot) QuantityMinimum Height Bid Item 1 Overcup Oak 1,500 ea 18 in Bur Oak 2,100 ea18 in Bald Cypress 1,600 ea18 in Pin Oak 500 ea18 in Bid Item 2 (Containerized) Pin Oak 1,600 ea 3 ft Swamp White Oak 2,300 ea3 ft The seed source must be within 100 miles of Grand Tower Illinois. Supplier is required to submit with their quote documentation certifying seed source of origin for seedlings. Along with suppliers bid per tree include the height bid is based. For Bid Item 1, the seedlings must be alive, reasonably healthy and free of any insect and disease problems. Seedlings must be packaged as to prevent the drying out of seedlings. Roots must be moist, pliable and free of fungal growth. For Bid Item 2, the seedlings must have been grown by air root pruning to promote maximum dense fibrous root system. Dry root weight of seedlings must exceed 90 grams per seedling. Seedlings will have been finished in a container not less than 10 inch diameter by 7 inch deep. The root mass must hold a minimum of 80% of media and remain intact when removed from container. The finished seedlings must have a minimum caliper at base of ½ inch diameter and a minimum height of 3 feet. Inspection and acceptance will be made at time of delivery. Delivery site is Mississippi Bluffs Ranger District Office, 2221 Walnut Street, Murphysboro IL 62966 Period of Contract: Delivery expected around the last of February 2009. All responsible sources may submit an offer, including unit pricing information To the USDA Forest Service, Midewin National Tallgrass Prairie, 30239 S. State Rt 53, Wilmington IL 60481 by 12 Noon (CST), January 12, 2009. NOTE: A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. See contract clause 52.204-7, Central Contractor Registration (APR 2008). Information on registration may be obtained via the Internet at: http://www/ccr/gov or by calling 1-888-227-2423. All vendors must complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov and clicking on the Online Reps and Certs Application.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c8f383abf6e4ead91d20604af8e1ea35&tab=core&_cview=1)
 
Place of Performance
Address: Mississippi Bluffs RD, Murphysboro Work Center, 2221 Walnut Street, Murphysboro, Illinois, 62966, United States
Zip Code: 62966
 
Record
SN01718074-W 20081214/081212215159-c8f383abf6e4ead91d20604af8e1ea35 (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.