Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
SOLICITATION NOTICE

F -- Arapaho BAER Seed Project

Notice Date
9/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113210 — Forest Nurseries and Gathering of Forest Products
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-S-12-0227
 
Archive Date
10/26/2012
 
Point of Contact
Malinda Jiminez, Phone: 9702956683
 
E-Mail Address
mrjiminez@fs.fed.us
(mrjiminez@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) AG-82X9-S-12-0227 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the SAM (System for Award Management) previously known as Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60B. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: www.acquisition.gov/far/ and www.usda.gov/procurment/policy/agar.html. (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 113210; Small Business Size Standard: $7.0. (v) Contract Line Items: Item 1 Description Unit Cost Total Cost 6500 Lbs. Seed mix $_________ $_____________ Seed Mix shall be as follows: (20%) Streambank Wheatgrass (20%) Mountain Bromegrass (20%) Slender Wheatgrass (12.5%) Blue Wildrye (5%) Big/Canby Bluegrass (5%) Rocky Mountain/Idaho Fescue (5%) Alpine/Sandberg Bluegrass (5%) Prairie Junegrass (5%) Tufted Hairgrass (2.5%) Alpine Timothy It is preferred that 50 pound bags be provided. Contractor Name: Contractor Address: TIN: DUNS: Email: Telephone: (vi) FOB-Destination for Delivery to: Douglas Ranger District 2250 E. Richards Street Douglas, WY 82633 Delivery shall be no later than October 5, 2012. Deliveries shall be made on regular working days (Monday through Friday) during working hours (7:30 a.m. to 3:00 p.m.), excluding federal government holidays. (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (ix) The clause FAR 52.212-2 Evaluation - Commercial Items applies to this acquisition. The criteria for evaluation shall be ability to meet delivery time and price. In evaluations delivery time is more important than price. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. (xi) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The following clauses are incorporated into this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.209-10 Prohibition of Contracting with Inverted Domestic Corp.; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving; FAR 52.225-1; FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act Alternate I.; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-18 Availability of Funds FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; AGAR 452.209-71 Assurance Regarding Felony Conviction or Delinquent Status for Corporate Applicants Alternate I (Feb 2012); AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. Alternate I (Feb 2012)-Attachment A-Please fill out Sign and Date and Return with quote. (xii) Quotes must be emailed to Malinda (Mindy) Jiminez at Email: mrjiminez@fs.fed.us, or faxed to (970)295-6699 Quotes are required to be received no later than 4:00 p.m. (1600) on September 21, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-S-12-0227/listing.html)
 
Place of Performance
Address: Douglas Ranger District, 2250 E. Richards Street, Douglas, Wyoming, 82633, United States
Zip Code: 82633
 
Record
SN02888129-W 20120920/120919002059-45f23ad27ec577460c4bb19856654e4f (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.