Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

87 -- Agricultural Farm Chemicals

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
AG-349B-S-11-1270
 
Archive Date
2/16/2011
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a competitive Service-Disabled Veteran-Owned Small Business Set Aside 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. Offerors submitting quotations must respond in accordance with the instructions provided in this solicitation. Solicitation number AG-349B-S-11-1270 is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. This requirement is a competitive Service-Disabled Veteran-Owned Small Business Set Aside for NAICS 424910. Offerors are responsible for complying with the submission instructions contained in this combined synopsis/solicitation to include the submission of all information requested. Submission of quotations shall be in accordance with the instructions identified under Item A.4 listed below. Quotations must be submitted in writing, include all required information specified under Item A.4, and be received on or before 4:00 P.M. February 15, 2011 at the address specified under Item A.4. Quotations sent by facsimile or electronic mail are not acceptable, will be considered non-responsive, and will be rejected. SCOPE OF WORK - The USDA requires various agricultural chemicals to be furnished and delivered F.O.B. Destination to the USDA, Appalachian Fruit Research Station located in Kearneysville, West Virginia in accordance with the terms, conditions, and specifications contained in this document. These chemicals include various herbicides, fungicides, and pesticides used for soil preparation, soil conditioning, and crop management. Required delivery date is on or before March 18, 2011 as specified below. The Contractor is required to ship items in accordance with all Department of Transportation, Occupational Safety and Health Administration, and Environmental Protection Agency Regulations and provide Material Safety Data Sheets (MSDS). Service-Disabled Veteran-Owned Small Businesses with the demonstrated capability and financial capacity to provide these items on or before March 18, 2011 in accordance with the specified delivery schedule are invited to respond. Offerors may provide a quotation for any or all of the Line Items specified. (A.1) SHIPMENT AND DOCUMENTATION - Shipment shall be FOB Destination, and shall be made between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, on or before MARCH 18, 2011 to USDA-AFRS - Farm Manager, 2217 Wiltshire Road, Kearneysville, WV 25430. The Contractor must provide one (1) copy of the Material Safety Data Sheets (MSDS) with each chemical in accordance with FAR clause 52.223-3, Alternate I. The order number shall be included on all documentation and shipments. All shipments shall be made in new containers. (A.2) BRAND NAME REQUIREMENT -In accordance with FAR 52.211-6, Brand Name or Equal, products are listed by brand name. Brand Name products are required for the reason that product changes would severely impact ongoing research projects. Proposed equal substitutions must include detailed product literature and Material Safety Data Sheets (MSDS) with quotation. (A.3) SCHEDULE OF ITEMS - Furnish and deliver Agricultural Chemicals listed below. If the offeror cannot furnish the specified quantity listed, quote to the next highest pound, gallon, etc. in accordance with FAR 52.211-16. Note: Price quoted for each line item includes all costs associated with shipping FOB Destination, Kearneysville, WV 25430. 01 Actara, 30 Ounce; 02 Agri-Mek 0.15EC Miticide/Insecticide, 3 Gallon; 03 Agri-Mycin 17 Agricultural Streptomycin / Firewall 17WP Fungicide/Bactericide, 78 Pound; 04 Apogee Plant Growth Regulator, 5 Pound; 05 Assail 30SG Insecticide, 10 Pound; 06 Avaunt Insecticide, 120 Ounce; 07 Brigade WSB Insecticide/Miticide, 200 Pound; 08 Captan 80 WDG Fungicide, 600 Pound; 09 Casoron 4G Herbicide, 100 Pound; 10 Chateau WDG, 5 Pound; 11 Danitol 2.4 EC Spray Insecticide-Miticide, 14 Gallon; 12 Delegate Insecticide, 26 Ounce; 13 Devrinol 50 DF, 4 Pound; 14 Dormant Spray Oil 100 / Damoil, 55 Gallon; 15 Elevate 50 WDG Fungicide, 2 Pound; 16 Ethephon 2 Plant Growth Regulator, 2.5 Gallon; 17 Flint Fungicide, 180 Ounce; 18 Foam Buster, 72 Pint; 19 Fruitone L Plant Growth Regulator, 1 Gallon; 20 Fusilade Herbicide, 4 Gallon; 21 Gem 500 SC, 64 Ounce; 22 Gly Star Original, 15 Gallon; 23 Gramoxone Inteon Herbicide, 25 Gallon; 24 Karmex DF Herbicide, 93 Pound; 25 Imidan 70WSB, 76 Pound; 26 Indar 2F Fungicide, 7 Gallon; 27 Induce Non-Ionic Low Foam Wetter/Spreader Adjuvant / Activator 90, 15 Gallon; 28 Intrepid 2F Insecticide, 1 Gallon; 29 Kocide 3000, 20 Pound; 30 Lannate SP Insecticide, 74 Pound; 31 MaxCel Plant Growth Regulator, 1 Gallon; 32 Neemix 4.5 Insect Growth Regulator, 3 Quart; 33 Orbit Fungicide, 3 Quart; 34 Oxidate Bactericide/Fungicide, 2.5 Gallon; 35 Penncozeb 75 Dry Flowable Fungicide, 240 Pound; 36 Poast Herbicide, 2.5 Gallon; 37 Pristine Fungicide, 500 Ounce; 38 Procure 480SC Fungicide, 8 Quart; 39 Provado 1.6 Flowable Insecticide, 1 Gallon; 40 Provide 10SG Plant Growth Regulator, 400 Gram; 41 Pyganic Crop Protection EC 1.4 Insecticide, 2 Gallon; 42 Regulaid Spreader/Activator, 1 Gallon; 43 Retain Plant Growth Regulator Soluble Powder, 333 Gram; 44 Ridomil Gold EC Fungicide, 3 Gallon; 45 Roundup Weather Max Herbicide / Power Max, 2.5 Gallon; 46 Rubigan EC Fungicide, 9 Quart; 47 Savey 50DF Ovicide/Miticide, 24 Ounce; 48 Scythe Herbicide, 2.5 Gallon; 49 Sevin XLR Plus Carbaryl Insecticide, 25 Gallon; 50 Silwet L-77 Surfactant / Widespread Max Surfactant, 2 Quart; 51 Sinbar Herbicide, 25 Pound; 52 Solubor Nutrient Spray, 100 Pound; 53 Champ Formula 2 Flowable Fungicide/Bactericide, 35 Gallon; 54 Topsin-M WSB Fungicide 118 Pound; 55 Vangard WG Fungicide 50 Ounce; 56 Vydate L Insecticide/Nematicide 1 Gallon; 57 Wettable Sulfur 90% Fungicide/Insecticide 870 Pound; 58 Zeal Miticide 196 Ounce; 59 Ziram Granuflo/76 DF Fungicide 400 Pound. - Price quoted for each line item includes all costs associated with shipping FOB Destination, Kearneysville, WV 25430 (A.4) *** IMPORTANT INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** QUOTATIONS MUST BE SUBMITTED IN WRITING TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. QUOTATIONS MUST BE RECEIVED ON OR BEFORE 4:00 P.M. (EST) FEBRUARY 15, 2011. NOTICE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. IMPORTANT - QUOTATIONS MUST INCLUDE SUBMISSION/COMPLETION OF ALL OF THE FOLLOWING SPECIFIED UNDER (a) THROUGH (f): (a) Submit Quotation for line items being quoted for Line Items specified under (A.3) Schedule of Items to include quantity proposed and total dollar amount per line item that includes shipment FOB Destination, Kearneysville, WV 25430. EACH LINE ITEM COST MUST INCLUDE ALL COST ASSOCIATED WITH SHIPPING - FOB DESTINATION, KEARNEYSVILLE, WV 25430. (Shipping costs shall not be added as a separate line item on the quotation). (b) Proposed substitutions must include sufficient descriptive literature in accordance with FAR 52.211-6, Brand Name or Equal. Any proposed substitution will be reviewed based on information submitted to include, at the minimum Product Literature and the Material Safety Data Sheet (MSDS), for the proposed substitution. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (c) Submit three separate Past Performance References with contact information for three recent contracts (within past three years) of contracts similar to the scope of this requirement. (d) Central Contractor Registration Completion - Submit the following Certification Statement: Offeror certifies that offeror is registered and that registration is current, as of submission date of quotation, in the Central Contractors Database in accordance with FAR 52.204-7 Central Contractor Registration. By submission of offer, the offeror acknowledges the requirement that the prospective awardee shall be registered in the CCR database (http://www.ccr.gov) prior to award, during performance, and through final payment of any contract resulting from this solicitation - Service-Disabled Veteran-Owned Small Business Set Aside under NAICS 424910. (e) Representations and Certification Completion - Submit the following Certification Statement: Offeror certifies that offer has completed/updated the Annual Representations and Certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. By submission of offer, the offeror acknowledges that the representations and certifications currently posted electronically have been completed/updated, and are current, accurate, complete, and applicable to this solicitation, (Service-Disabled Veteran-Owned Small Business Set Aside for NAICS 424910), as of the date of the quotation in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. (f) Submit statement indicating the acceptance or non-acceptance of payment by Government Visa Credit Card. (A.5) The following FAR provisions and clauses apply to this acquisition and are available in full text at: http://www.arnet.gov 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.211-16 Variation in Quantity; 52.211-17 Delivery of Excess Quantities; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52-212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (19) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; (20) 52.219-28, Post Award Small Business Program Rerepresentation; (21) 52.222-3, Convict Labor; (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (23) 52.222-21, Prohibition of Segregated Facilities; (24) 52.222-26, Equal Opportunity; (25) 52.222-35, Equal Opportunity for Veterans; (26) 52.222-36, Affirmative Action for Workers with Disabilities; (27) 52.222-37, Employment Reports on Veterans; (33) 52.223-18, Contractor Policy to Ban Text Messaging while Driving; (34) 52.225-1, Buy American Act - - Supplies; (37) 52.225-13 -- Restrictions on Certain Foreign Purchases; (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (44) 52.232-36 Payment by Third Party; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.223-3 Hazardous Material and Identification and Material Safety Data with Alternate 1; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-8 Duty-Free Entry; 52.225-25 -- Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.227-3 Patent Indemnity; 52.232-18 Availability of Funds; 52.232-25 Prompt Payment; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-17 Government Delay of Work; 52.247-15 Contractor Responsibility for loading and unloading; 52.247-21 Contractor Liability for Personal Injury and/or Property Damage; 52.247-34 F.o.b. Destination. (A.6) EVALUATION CRITERIA - - The Government contemplates award of one order or multiple orders resulting from this solicitation to the responsible offeror(s) whose offer represents the best value to the Government, price and other factors considered. (A.7) AWARD - - An award(s) is contemplated on or about February 18, 2011 and is based on the availability of funding. In accordance with FAR 52.232-18 - Funds are not presently available for any contract(s) that may result from this solicitation. The Government's obligation for any award(s) that may result from this solicitation is contingent upon the availability of appropriated funds from which award(s) can be made. (A.8) ADDITIONAL INFORMATION - - Questions by Interested Parties must be submitted in writing by electronic mail or facsimile to the attention of: Contracting Officer - Solicitation Number AG-349B-S-11-1270 to: Electronic mail: tim.smearman@ars.usda.gov or facsimile: 304-728-7182.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG-349B-S-11-1270 /listing.html)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02373280-W 20110206/110204234054-4b8683ffd92ab8353329687dec5c1417 (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.