Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

68 -- Insect Lures for Pityogenes chalcographus - Solicitation Attachment/Addendum

Notice Date
5/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325320 — Pesticide and Other Agricultural Chemical 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-10-0090
 
Archive Date
6/5/2010
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum I (Note to Offeror - Price Schedule - Statement of Work) SF1449 - Attachment 1 (Clauses and Provisions) Combined Synopsis/Solicitation (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. The test program under Federal Acquisition Regulation (FAR) Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in firm fixed-price line items in an indefinite delivery, indefinite quantity type contract (or multiple contracts) with a base and _4_ option years, unless extended or terminated. (ii) The reference number is __AG-6395-S-10-0090__ and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.acquisition.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) It is anticipated that a single award will be awarded. This is a 100% Small Business Set-Aside award. The associated NAICS code for this effort is __325320__ and small business size standard is _500_ employees. (v) This requirement consists of __5__ contract line item numbers (CLINs) for supplies for base year and 4 option years: CLIN 1: _Pityogenes chalcographus lures_ in accordance with the Statement of Work (SOW) listed in Addendum I; CLIN 2: _Pityogenes chalcographus lures_ in accordance with the SOW; CLIN 3: _Pityogenes chalcographus lures_ in accordance with the SOW; CLIN 4: _Pityogenes chalcographus lures_ in accordance with the SOW; and CLIN 5: _Pityogenes chalcographus lures_ in accordance with the SOW. (vi) The Note to Offeror/Price Schedule/Statement of Work is provided in Addendum I to this combined synopsis/solicitation. Interested offerors shall submit a complete offer based on the information requested in the Note to Offeror/Price Schedule/Statement of Work as their quotation. (vii) The Statement of Work for this requirement is provided in Addendum I to this combined synopsis/solicitation. (viii) Delivery and acceptance of deliverables will be FOB destination. (ix) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (x) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical capability and past performance, when combined, are equally important when compared to price. A competitive firm-fixed price, indefinite delivery, indefinite quantity award will be made to the responsible firm (or firms) with the best value quote(s) trading off expected value against probable costs. The quote, at a minimum, must meet or exceed the acceptability standards for non-cost factors: technical capability based on the SOW, and past performance. Additional guidance on price and past performance is provided under provision 52.212-1. Offerors with no past performance will be rated neutral. (xi) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.acquisition.gov/far and in Attachment 1. (xii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. FAR 52.212-5 applies, and the following clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and is applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-28 Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 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); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 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); 52.225-1 Buy American Act-Supplies (June 2003); 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); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) The clause 52.216-18 Ordering applies to this acquisition. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 5 years, 6 months. (xvi) The clause 52.216-19 Order Limitations applies to this acquisition. (a) Minimum order $500.00 (b) (1) Any order for a single item in excess of 1000 each (2) Any order for a combination of items in excess of 1000 each (3) A series of orders from the same ordering office within 10 business days (d) unless that order is returned to the ordering office within 5 business days. (xvii) The clause 52.216-22 Indefinite Quantity applies to this acquisition. (d) provided that the contractor shall not be required to make any deliveries under this contract after date of last option period exercised. (xviii) The clause 52.217-9 Option to Extend the Term of the Contract applies to this acquisition. (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to 30 days prior to contract expiration. (xix) The clause 52.225-2 Buy American Certificate (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (xx) The clause 452.216-73 Minimum and Maximum Contract Amounts applies to this acquisition. During the period specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a minimum of $500.00, but not in excess of $75,000.00. (xxi) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiv) No applicable Numbered Notes. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Michael Chiodi, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Friday, __May 21, 2010___. Faxing or emailing quotes is acceptable. (xvi) The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached at michael.j.chiodi@aphis.usda.gov, (612) 336-3203, or by fax, (612) 336-3550. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) A completed Price Schedule (Attachment 1) for line items, CLINS 0001, 0002, 0003, 0004, and 0005 which includes the costs for the base year and all the option years. All overhead and ancillary costs associated with providing the line items shall be assumed by the Contractor, and should be factored into the quote price. Therefore, this quote shall include all costs associated with the Pityogenes chalcographus lures, including shipping costs to the FOB destination. 2) Signature of the offeror on the SF 1149 form (Attachment 1). 3) A detailed narrative of your company's product which addresses how your company's product meets the technical specification requirements outlined in the Statement of Work. You should address the technical evaluation criteria listed in 52-212-2. Quotes should be of sufficient detail to determine the offeror's technical capability to produce the lures to required specifications. The offers will be evaluated for "best value," and the technical statement should also include the estimated lead time necessary to produce the lures and the country of manufacturing origin for the lure end product. Test sampling may be required before a contract is awarded. 4) References as requested above in 52.212-2. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. 6) A copy of the first page of your company's Central Contractor Registration record from www.ccr.gov. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0090/listing.html)
 
Place of Performance
Address: USDA-APHIS-PPQ, 22675 N. Moorefield Rd., Bldg. 6420, Edinburg, Texas, 78539, United States
Zip Code: 78539
 
Record
SN02148668-W 20100515/100513235055-257661342b9f76c72cd4541b2999e1f6 (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.