Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
SOLICITATION NOTICE

93 -- Standard polypropylene fencing material with UV protection - SF 1449

Notice Date
4/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
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-10-0093
 
Archive Date
7/12/2010
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Please Complete pages 1-7 of SF1449 and return. The United States Department of Agriculture, Animal Plant Health Inspection Services, in Wisconsin, intends to establish a Contract for Standard polypropylene fencing material with UV protection. This will be a fixed price Indefinite Delivery/Indefinite Quantity contract for a base period and 4 option periods. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation. •Orders against this purchase order will be requested orally or written by the below offices on an as-needed basis. •Invoices shall be sent to the office that requested the delivery. Smaller quantities of material against this purchase order will be placed by each office. Minimum Quantity - 1 roll. •Require on-site delivery to two locations. Each site requires a quantity of material, not to exceed 150 rolls. This is an FOB DESTINATION Contract. (all freight must be included in unit pricing) LOCATION/SHIPPING ADDRESSES Rhinelander District Office 3654 Nurserv Rd Rhinelander, WI 54501 Waupun District Office 1201 Storbeck Dr Waupun, WI 53963 SPECIFICATIONS •Standard polypropylene fencing material with UV protection. Roll size 6'H x 330' per roll. Mesh size must be 1.75" x 1.96", with tested horizontal strength of 450 lb/ft and a tested vertical strength of 610 lb/ft. •This product is used specifically as a deer, and other covered species, exclusion device for the purpose of protecting crops, Christmas trees, cranberry bogs, nursery stock, and/or other, high-value agricultural products. •These specifications have been field tested and approved/accepted as an abatement tool of the Wisconsin Wildlife Damage Abatement and Claims Program. •Product is reusable and has a field-life of approximately 10 years, when properly installed and maintained. PERIOD OF PERFORMANCE This Contract will be effective from date of issuance through September 30, 2010 with (4) four option periods, per FAR 13.303-6. Base Period Award date - 09/30/2010 Period 1 10/01/2010 - 09/30/2011 Period 2 10/01/2011- 09/30/2012 Period 3 10/01/2012 - 09/30/2013 Period 4 10/01/2013 - 09/30/2014 *Notice of total Small Business Set Aside: 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE 423990 - Other Miscellaneous Durable Goods Merchant Wholesalers Size Standard 100 Employees This is a low priced technically accepted solicitation. The Government will award to the lowest priced offer that meets the specifications and standards outlined in the specifications listed in this solicitation. To evaluate offers for award purposes, the Government will apply the offeror's proposed fixed prices/rates to the total estimated quantities of 150 rolls for Base period and all 4 option periods. WARRANTY ITEMS Explain any and all details of a warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. 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. Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by May 12, 2010 by 4:00pm Central Time. Simplified Acquisition Procedures will be used per FAR 12.A firm Fixed Price Purchase order will be awarded. *Notice of total Small Business Set Aside under NAICS Code: 423990 Small Business Size: 100 Employees NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are bids are being requested and no other written solicitation will not be issued. All Responsible Small Business Sources May Submit a Quotation For Consideration. ***Special Note:*** Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx CONTRACT CLAUSES Federal Acquisition Regulation (FAR) The following clauses are applicable to This solicitation and are included in SF1449 attachment 1( see page 7) 52.252-2 Clauses incorporated by reference with the same force and effect as if they were given in full text. Clauses incorporated by reference, have the same force and effect as if they were given in full text. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html 52.212-1 Instructions to offers Commercial items 52.212-2 Evaluation-Commercial Items. 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions for Commercial Items. 52.212-5 Contract Terms and Condition required to implement statutes or executive orders for commercial items Clauses in Full Text Ordering. 52.216-22 Indefinite Quantity. 52.216-19 Order Limitations. 52.217-9 Option to Extend the Term of the Contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0093/listing.html)
 
Place of Performance
Address: 2 locations, Wisconsin, United States
 
Record
SN02130230-W 20100424/100422235552-310acbae6a67fdfece6c47441e9f3d15 (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.