Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

88 -- Furnish and Deliver Rented Behives - Request for Quote Beehives

Notice Date
11/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
112910 — Apiculture
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
 
ZIP Code
19038
 
Solicitation Number
12-2328-0001
 
Archive Date
12/30/2011
 
Point of Contact
Rebecca L. Coulter, Phone: 607-255-2448
 
E-Mail Address
rebecca.coulter@ars.usda.gov
(rebecca.coulter@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Beehives The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor and equipment to furnish and deliver the required hives to the USDA, Agricultural Research Service(ARS), Plant Genetic Resource Unit (PGRU) field site location in Geneva, NY in accordance with the terms, conditions and specifications contained in this document. The USDA, ARS, PGRU uses these beehives for pollination of vegetable crops including but not limited to onions, cabbage, cauliflower, broccoli, collards, kale, Chinese cabbage, Bok Choy, Brussels sprouts, radish, squash, buckwheat, and celery. The contract will be for a one-year base period plus four (4) one-year option periods. Prices are being requested and a written solicitation has been issued. The Solicitation number is 12-2328-0001is issued as a Request For Quotation (RFQ) see attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. Potential offeror's will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the Offeror's responsibility to monitor this site for release of the solicitation and any related documents. BASE PERIOD OF PERFORMANCE: APRIL 30, 2012 through APRIL 29, 2013 SCHEDULE OF ITEM(S) - ITEM: 01-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT:EA;UNIT PRICE: __;AMOUNT:_;NOTE: Additional quantities may be required (up to 220 hives per performance period). 01A-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, condition and specifications contained in this document. QTY: 220;UNIT:EA;UNIT PRICE:tiny_mce_marker_;AMOUNT:tiny_mce_marker_. PERIOD OF PERFORMANCE: APRIL 30, 2013 through APRIL 29, 2014 SCHEDULE OF ITEM(S) - ITEM: 01-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT:EA;UNIT PRICE: __;AMOUNT:_;NOTE: Additional quantities may be required (up to 220 hives per performance period). 01A-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, condition and specifications contained in this document. QTY: 220;UNIT:EA;UNIT PRICE:tiny_mce_marker_;AMOUNT:tiny_mce_marker_. PERIOD OF PERFORMANCE: APRIL 30, 2014 through APRIL 29, 2015 SCHEDULE OF ITEM(S) - ITEM: 01-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT:EA;UNIT PRICE: __;AMOUNT:_;NOTE: Additional quantities may be required (up to 220 hives per performance period). 01A-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, condition and specifications contained in this document. QTY: 220;UNIT:EA;UNIT PRICE:tiny_mce_marker_;AMOUNT:tiny_mce_marker_. PERIOD OF PERFORMANCE: APRIL 30, 2015 through APRIL 29, 2016 SCHEDULE OF ITEM(S) - ITEM: 01-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT:EA;UNIT PRICE: __;AMOUNT:_;NOTE: Additional quantities may be required (up to 220 hives per performance period). 01A-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, condition and specifications contained in this document. QTY: 220;UNIT:EA;UNIT PRICE:tiny_mce_marker_;AMOUNT:tiny_mce_marker_. PERIOD OF PERFORMANCE: APRIL 30, 2016 through APRIL 29, 2017 SCHEDULE OF ITEM(S) - ITEM: 01-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT:EA;UNIT PRICE: __;AMOUNT:_;NOTE: Additional quantities may be required (up to 220 hives per performance period). 01A-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, condition and specifications contained in this document. QTY: 220;UNIT:EA;UNIT PRICE:tiny_mce_marker_;AMOUNT:tiny_mce_marker_. ALL THIS FOR A TOTAL OF tiny_mce_marker_.NOTE: ADDITIONAL QUANTITIES MAY BE REQUIRED (UP TO 220 HIVES PER PERFORMANCE YEAR). THE QUANTITIES LISTED FOR EACH ITEM IN THE SCHEDULE MAY BE INCREASED/DECREASED PENDING AVAILABILITY OF FUNDING FOR EACH PERIOD OF PERFORMANCE. THE GOVERNMENT SHALL MAKE A SINGLE AWARD. THEREFORE, OFFEROR' MUST PROPOSE ON ALL LINE ITEMS TO BE CONSIDERED FOR AWARD. Contractors must include shipping in each line item. GENERAL SPECIFICATIONS-The United States Department of Agriculture (USDA), Agricultural Research Service, (ARS), Plant Genetic Resource Unit (PGRU) needs to rent beehives on a seasonal basis for pollination of vegetable and buckwheat crops to produce high quality seeds. The PGRU is responsible for maintenance of apples, cool-season grapes, tart cherries, vegetables, and buckwheat within the National Plant Germplasm system. It is located on the campus of the New York State Agricultural Research Station at Geneva, New York. The beehives will be used for pollination of vegetable crops including but not limited to onions, cabbage, cauliflower, broccoli, collards, kale, Chinese cabbage, Bok Choy, Brussels sprouts, radish, squash, buckwheat, and celery. Pollination by bees is required to produce sufficient high quality seed for distribution and storage. TERMINOLOGY- Beehive - bees, viable queen, box and frames. Viable queen determined by visual inspection to be living and non-diseased and determined to be capable of producing eggs by the presence of capped broods in the beehive. Nuclear (nuc) hive a five-frame beehive. Healthy - determined by visual inspection to be free of pathogens, diseases, and pests. GOVERNMENT RESPONSIBILITIES - The Contracting Officer shall designate a Contracting Officer's Technical Representative (COTR) at the time of award who will be responsible for the following: 1. The COR will notify the Contractor by telephone not later ten days after contract award for the base period and not later than March 1 of each option year of the exact number of hives required for that contract period. 2. The COR will notify the Contractor, within two weeks after each delivery, if any of the beehives do not meet the requirements of active, healthy hives with viable queens. This notification shall be made by telephone followed up in writing. The COR shall provide a copy of the documentation to the Contracting Officer (CO).3. The COR will notify the Contractor by telephone when the hives are available for removal. 4. PGRU will not be responsible for supplemental feedings, medical treatments, or for the condition of the bees and hives at the end of each season. 5. The PGRU will return the five frame nuc beehives at the end of the season with or without the bees and with no guarantee of the condition of the bees. INSPECTION AND ACCEPTANCE REQUIREMENTS - Contract award is provisioned upon successful inspection of Contractor facilities and hives as determined by PGRU. PGRU is responsible to determine if the facilities and hives are acceptable. Within two weeks after each delivery, the COTR will notify the Contractor if any of the hives do not meet the requirements of active, healthy hives with viable queens free of Africanized colonies. Upon such notification, the Contractor shall replace the rejected hives within one week. TECHNICAL SPECIFICATIONS - The Contractor shall: 1. Furnish and deliver active bees in good condition in five-frame nuclear beehives for pollination of these crops in mesh-covered cages (12 x 12 ft. up to 12 x 48 ft. in size), active, and with viable queen to ensure adequate pollination activity. 2. Provide live hives, guaranteed to be healthy, active and a viable queen to ensure adequate pollination activity. Hives shall be free of pathogens or pests. Hives shall also be free of Africanized colonies. 3. Upon telephone notification by the Contracting Officer=s Representative (COR) within two weeks of delivery, remove and replace dead, sick or inactive beehives with healthy beehives. Hives shall also be free of Africanized colonies.4. Provide delivery of replacement bees and/or hives in accordance with the specifications, within one (1) week of telephone notification by the COR. 5.Provide no less than 160 and no more than 220 hives per performance period, as determined by the COR. 6. Deliver 1/3 of the hives for the contract period not later than April 30 of each year and 2/3 of the hives for the contract period not later than July 15 of each year. Should the delivery dates fall on a Saturday, Sunday, or a Federal holiday, then the next business day shall be the actual delivery date. 7. Place hives in apiary grounds as directed by the COR. 8. Remove all hives during the period of October 31 through November 15 of each contract period. DELIVERABLES - The Contractor shall deliver the beehives (F.O.B. Destination), to the USDA facility at the Wellington Farm, 2939 Pre-Emption Road, Geneva, NY 14456. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. ADDITIONAL QUOTATION INFORMATION - Telegraphic or facsimile quotations are NOT acceptable. The attached Request for Quotation (RFQ) is required no later than December 13, 2011, noon EST. All offeror's maybe mailed to USDA, ARS, Robert W. Holley Center, 538 Tower Road, Ithaca, NY 14853. Attn: Rebecca Coulter. The provisions at 52-212-1, Instruction to Offeror's - Commercial Items, applies to this acquisition and is amended as follows: ADDEMDUM TO FAR CLAUSE 52.212-1 Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), Standard Form 1449-Page 1:Block 12, 17a, 17b, 30a, 30b, and 30c; Schedule of Items (A.2); Technical Specification (A.7); Other Offeror's Information (C.2), Evaluation Information (D.1), and the Certifications at FAR 52.212-3 (C.3) to Rebecca Coulter, USDA, ARS, Robert W. Holley Center, Contracting Office 538 Tower Road, Ithaca, NY 14853. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. 2.Item (k) Central Contractor Registration. Contractors must be registered in CCR upon submission of your offer. Failure to register before submission of your offer may be cause for rejection of you offer.3. OTHER OFFEROR'S INFORMATION A.Please complete the following: i.Our company ( ) does, ( ) does not accept a Government Visa Credit Card. ii. Our company ( ) does, ( ) does not accept a Government Purchase Order (PO). iii.Our company ( ) does, ( ) does not accept a Government Convenience Check. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. EVALUATION FACTORS FOR AWARD-FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government will award a contract resulting from this solicitation to the responsible offeror whos offer is technically acceptable, conforming to the solicitation and the lowest priced offer inclusive of all line items price. Past performance shall only be checked if the lowest offeror.Listed below are all the factors that will be considered: Technical capability, Past Performance and Price. Technical Capability and Past Performances shall be scored on a Pass / Fail basis. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1.TECHNICAL CAPABILITY OF THE FIRM: Each offeror is required to furnish descriptive literature to show how the offered item is in compliance with the statement of work or how it exceeds the statement of work. 2.Contract award is provisioned upon successful inspection of Contractor facilities and hives as determined by PGRU. PGRU is responsible to determine if the facilities and hives are acceptable. 2.PAST PERFORMANCE: Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officers. An offeror offeror's lack of performance history may be met in their predecessor companies, relevant affiliates, key personnel or major subcontractors have relevant past performance information. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1.Name, address, and telephone number of the contracting organization, the Contractor's and Government Project Officers and Contracting Officers. 2. Contract number, type, and dollar value. 3. Item (description) purchased. 4. Date of contract. 5. Type of contract and period of performance. 6. Information related predecessor companies, relevant affiliates, key personal and major subcontractors who have relevant past performance. 7. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer.3. PRICE: Price includes all supplies, materials, labor, delivery of bee hives, any replacements required of bees or hives and removal costs. Offeror's shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item (a) AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. (a) The Contracting Officer Technical Representative (COTR) will inspect and accept the supplies to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at the field site: USDA, ARS, NAA, PGRU, Wellington Farm, 2939 Pre-Emption Rd., Geneva, NY 14456. 2. Item (g) Invoice is amended to include the following INVOICES - A. An original invoice shall be submitted after delivery and acceptance of all items, by the COTR. Send the invoice to Rebecca Coulter (see below) and includes at a minimum the following information: 1. Name of business concern, invoice number and invoice date. 2. Tax Identification Number. 3. Contract Number. 4. Description, price and quantity of items (s) actually delivered. 5. Shipping and payment terms. 6. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. 7. Discount Terms. All invoices shall be submitted to: USDA, ARS, NAA, Robert W. Holley Center, Purchasing Office, 538 Tower Road, Ithaca, NY 14853, Attn: Rebecca Coulter. If order is paid by Government Visa Credit Card, the Contractor shall provide a copy of the packing slip and a Visa charge receipt to the Cardholder. All information shall be submitted to the above address. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The Following FAR clauses cited in 52.212.5 are applicable to this acquisition for supplies: 52.203-6; 52.219-6; 52.219-14; 52.222.3; 52.222-19, 52.222-21;52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.232-33; 52.232-36; and 52.247-64. FAR Clause 52.212.5 is amended to include the following clauses by reference: 52.204-4;52.214-34; 52-214-35; 52.217-6; 52-217-8; 52-232-18; 52-232-19 and 52.237-2; 52-242-17; 52.246-20; and 52.247-34. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.usda.gov/procurement/policy/agar.html. Responses are due on DECEMBER 13, 2011 by 12:00 Noon EST. ADDITIONAL QUOTATION INFORMATION - This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fob.gov. Potential offeror's will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offeror's responsibility to monitor the site for release of the solicitation and any related documents. This information must be mailed to Rebecca Coulter and reference Solicitation No. RFQ 12-2328-0001. Please see attached Request for Quote (RFQ) document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAAO/12-2328-0001/listing.html)
 
Place of Performance
Address: USDA, ARS, NAA, Robert W. Holley Center, 538 Tower Road, Attn: Rebecca Coulter, Ithaca, New York, 14853, United States
Zip Code: 14853
 
Record
SN02627595-W 20111124/111122234736-a1be77826eac6ccb6c13996c5ee3597e (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.