SOLICITATION NOTICE
87 -- Insecticide with Imidacloprid for Mexico
- Notice Date
- 1/22/2013
- 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-13-0033
- Archive Date
- 2/12/2013
- Point of Contact
- Corinne Nygren, Phone: 6123363235
- E-Mail Address
-
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial supply purchase order. (iv) Due to the fact the vendors selling this product are either the distributors and/or the manufacturer of this product or are foreign vendors, in accordance with FAR 19.102 and 13 CFR 121.406, this combined synopsis/solicitation is being issued as a full and open competition. The NAICS Code is 325320 with a size standard of 500 employees. (v) OBJECTIVE: This requirement is for The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), International Services (IS), facility in Tijuana, Mexico which has a requirement for an insecticide containing the active ingredient Imidacloprid. The governments of Mexico and the United States have determined that it is in their mutual interest to protect their citrus producing areas from Huanglongbing (Candidatus Liberibacter asiaticus), considered by experts to be one of the most destructive diseases in the world. This disease is spread by the insect vector, the Asian citrus psyllid (ACP). As a result, both countries have agreed to the establishment of an ACP 'Pilot Program' to suppress insect populations in Tijuana Baja California Norte. The primary goal is to prevent the migration of this insect vector into commercial citrus production areas further increasing the risk of future establishment of this destructive disease. SENASICA will lead the effort of this 'regional program' in cooperation with the U.S. Department of Agriculture - Animal & Plant Health Inspection Service (USDA-APHIS) and the California Department of Food and Agriculture (CDFA). It has been determined that the compound, Imidacloprid, is the most effective systemic insecticide to control the ACP. The Mexican regulatory agencies, COFEPRES and SENASICA, have approved the use of Imidacloprid for the control of ACP. (vi) The PERIOD OF PERFORMANCE of this purchase order shall be from date of award through acceptance and receipt of the delivered items. (vii) REQUIREMENT AND QUANTITIES: The insecticide needs to meet the following requirements: The concentration of Imidacloprid will determine the quantity needed. Higher concentrations will require less liters. CLIN 001 - 900 liters of insecticide with Imidacloprid with a concentration between 20-40%. The selected contractor must be able to provide the entire quantity of insecticide requested. Shipping is FOB destination; therefore, shipping of the product to the USDA facility in Tijuana, Mexico should be included in the cost. The contractor will be responsible for packaging and shipping the product to the USDA facility. Prices shall be in U.S. currency. (viii) DELIVERABLES: The selected contractor must be able to deliver the product on or before FEBRUARY 15, 2013. Acceptance of deliverables and the shipment of the deliverables shall be to USDA, APHIS IS TIJUANA, Eusebio kino lote 3 y 4, Garita de Otay C.P. 22509, Tijuana, Baja California. Phone: 664-607-5062. (ix) TECHNICAL SPECIFICATIONS: The insecticide must contain the active ingredient Imidacloprid with a concentration between 20-40%. Since the insecticide is mixed by APHIS, the concentration can be adjusted when mixed which is why the concentration of the active ingredient is listed as a range. Must be soluble in water. Due to the application in backyards, the insecticide must be applied in water form and not by leaving granules to be slowly absorbed by rainfall (which is a common form of applying Imidacloprid-based insecticides).Vendors are advised that the Government of Mexico has restricted the importation of Imidacloprid and other insecticides into Mexico. This restriction prohibits vendors from other countries from importing the product into Mexico. In accordance with the Mexican regulatory authorities only authorized vendors can distribute this product; therefore, the contractor must be an authorized distributor of this product. (x) 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) can be accessed on the Internet at http://www.arnet.gov/far/ (xi) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xii) A hard copy of the provision as well as all clauses incorporated by reference may be attained from http://www.arnet.gov/far. (xiii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiv) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. (xv) EVALUATION OF QUOTES: Award will be made to the responsible contractor whose quote conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. In this acquisition, the Government will obtain best value by using the Lowest Priced Technically Acceptable source selection approach. Award will be made to the lowest price technically acceptable responsible contractor whose quote conforms to the specifications listed in this Request for Quote/solicitation. The quote will be evaluated for technical capability as described in the Technical Specifications above and if the contractor can meet the delivery date as specified above in section (viii). The concentration of the product proposed by the vendor will be taken into consideration when comparing pricing amongst vendors. For example, a product with a higher concentration will yield more product and require the USDA to purchase less liters and thereby pay less shipping costs. (xvi) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, by 4:00 PM Central Time, January 28, 2013. Please reference the quote number on your documents. Quotes may be submitted via email or by facsimile to the attention of Corinne Nygren. (xvii) The assigned Contracting Specialist is Corinne Nygren. Ms. Nygren may be reached at (612) 336-3235 or by fax at (612) 336-3550 or by email at Corinne.m.Nygren@aphis.usda.gov. (xvii) As a minimum, Contractor's must submit the following to the Contract Specialist to be considered responsive and have a complete quote: A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price, in U.S. currency, for the line item which includes all costs for providing the required product. All taxes, overhead and ancillary costs associated with the supply item will be assumed by the Contractor, and should be factored into the quote. This quote shall include all shipping costs to the FOB destination. 2) Signature of the Contractor on the page which lists the price. 3) Literature of your products and a description addressing how your company's product meets the technical specification requirements in (ix) above. 4) Contractor should provide the date by when they will deliver the product. 5) Quotes shall be in in English. (xviii) Quotes should be of sufficient detail to determine their adequacy. If a Contractor's 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 Contractor's quote, thereby making an Contractor ineligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0033/listing.html)
- Place of Performance
- Address: Eusebio kino lote 3 y 4, Garita de Otay C.P., Tijuana, Non-U.S., 22509, Mexico
- Record
- SN02969717-W 20130124/130122234058-04c8bdc00e9bb0bccfeeadf288bc57d3 (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 |