Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

87 -- Nursery Grown Arundo donax Plants

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111421 — Nursery and Tree Production
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area, Area Office, 1001 Holleman Drive East, College Station, Texas, 77840, United States
 
ZIP Code
77840
 
Solicitation Number
AG-7MN1-S-10-AA14
 
Archive Date
6/1/2010
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-7MN1-S-10-AA14 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 111421, business size is $0.75 million. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-40. The USDA, Agricultural Research Service, Kika de la Garza Subtropical Agricultural Research Laboratory, Weslaco, Texas has a need for Nursery grown Arunda donax plants. The USDA laboratory requires delivery of 26,000 plants to be delivered 1,000 per week over a 26 week period. The following will detail the specific requirements. Arundo donax L., giant reed is an exotic and invasive weed of riparian habitats and irrigation canals of the Rio Grande River Basin and the southwestern U.S. Arundo dominates these habitats, which leads to: loss of biodiversity; catastrophic stream bank erosion; damage to bridges; increased costs for chemical and mechanical control along transportation corridors, and impedes law enforcement activities on the international border. Additionally, this invasive weed competes for water resources in an arid region where these resources are critical to the environment, agriculture and municipal users. Biological control using insects from the native range of Arundo may be the best option for long-term management of this weed. Arundo donax is a good target for biological control because it has no close relatives in North or South America, and several of the plant-feeding insects from its native range in Mediterranean Europe are known to be specialists feeding only on this one plant species. USDA-ARS has an on-going biological control program for Arundo. Additional plant production of Arundo is needed for use in the insect mass-rearing program. 1) Contractor will grow Arundo donax plants in 3 gallon plants. 2) Contractor will provide weekly deliveries (every Monday and Thursday, 500 each day) of 1,000, 3 gallon pots of Arundo donax plants. 3) Contractor will deliver healthy Arundo donax plants that are 18-24 inches tall and have a minimum of 3 stems emerging from the rhizome. 4) Contractor must obtain prior approval from USDA, ARS to apply any insecticides to plants. (NO insecticide use without prior approval.) 5) Arundo donax plants must be grown from Arundo donax rhizomes (4-8 inches long) that are mechanically field harvested by the Contractor from the Lower Rio Grande Valley of Texas. The main bud must be cut from the rhizome to stimulate multiple buds. 6) Plants may need to be grown in native Lower Rio Grande Valley sandy loam soil or soil mix as specified by USDA. Soil PH may need to be adjusted to 7.1. 7) Plants must be grown in an enclosed and heated greenhouse that will not have any insecticide use on other crops. Greenhouses must be capable of maintaining a minimum average temperature of 80 degrees F during winter. 8) Plants need to be fertilized with urea fertilizer as required by USDA. 9) Plants must be grown from rhizomes that are no older than 1 week from field harvest. 10) USDA reserves the right to cancel the contract with a 30 day written notice from the Contracting Officer. 11) USDA reserves the right to decrease or increase the number of plants delivered each week with advance notice to the grower. Advance notice will account for the time it takes for the grower to dig and grow the optimum plant. 12) Period of the performance is 26 weeks. Price to include delivery to the USDA, APHIS, Moore Airbase, 22675 N Moorefield Road, Edinburg, Texas 78541. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include with the bid schedule detailing the unit pricing and references for the proposed item. References must have received the proposed item within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the item quoted. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 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 applies, with the following clauses 52.222-3, Convict Labor; 52.233, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; Offerors shall include a completed copy of the provision at; 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/far/index.html. Contractors intending to conduct business with the Federal Government MUST register with the Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register online at www.ccr.gov or by calling (866) 606-8220 or (334) 206-7828. 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, no later than COB 4:30p.m., May 17, 2010. Quotations must be received in writing via facsimile, Email or mail to the contacts listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SPAO/AG-7MN1-S-10-AA14/listing.html)
 
Place of Performance
Address: USDA, APHIS, Moore Airbase, 22675 N Moorefield Road, Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN02137277-W 20100502/100430235414-759d95a1513ca100d7d2e22c0adc8dc6 (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.