Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2013 FBO #4304
SOLICITATION NOTICE

52 -- Topcon Dual GR-5 GPS System - Package #1

Notice Date
9/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Idaho State Office, 9173 West Barnes Drive, Suite C, Boise, Idaho, 83709-1574
 
ZIP Code
83709-1574
 
Solicitation Number
AG-0211-S-13-0007
 
Archive Date
10/3/2013
 
Point of Contact
Shawna R Rogers-Bailey, Phone: 2083785710
 
E-Mail Address
shawna.rogers-bailey@id.usda.gov
(shawna.rogers-bailey@id.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Bill of Materials Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. See restrictions below for brand name only. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-0211-S-13-0007 and shall be referenced on all quotes and is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69, dated August 1, 2013. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519, Other Measuring and Controlling Device Manufacturing, with a small business size standard of 500 employees or less. This requirement is a total small business set-aside and only qualified Offerors will be considered. Interested parties are required to submit quotes by the closing date and time identified within this posting. The following brand name only items are being sought: BRAND NAME ONLY: Three (3) Topcon Dual GR-5 GPS Systems and Accessories Shipping must be fob Destination to the following locations: One (1) System will be shipped to: USDA-NRCS, Attn. Brian Henneman, 9173 W. Barnes Drive, Suite C, Boise, ID 83709 One (1) System will be shipped to: USDA-NRCS, Attn. Area East Engineer, 1551 Baldy Ave., Suite 2, Pocatello, ID 83201 One (1) System will be shipped to: USDA-NRCS, Attn. Mike Raymond, 847 E. 9th Street, Weiser, ID 83672 The following provisions and clauses apply to this acquisition: FAR 52.202-1, Definitions  52.203-5, Covenant Against Contingent Fees  52.203-6, Restrictions on Subcontractor Sales to the Government;  52.203-7, Anti-Kickback Procedures  52.204-6, Data Universal Numbering System (DUNS) Number  52.204-7, Central Contractor Registration  52.211-5, Material Requirements  52.211-6, Brand name or equal  52.212-1, Instructions to Offerors-Commercial  52.212-2, Evaluation-Commercial Items (See Addenda below)  52.212-3, Offeror Representations and Certifications-Commercial Items  52.212-4, Contract Terms and Conditions-Commercial Items  52.216-24, Limitation of Government Liability  52.216-25, Contract Definitization  52.219-6, Notice of Total Small Business Set-Aside  52.222-36, Affirmative Action for Workers with Disabilities  52.222-37, Employment Reports for Veterans  52.222-50, Combating Trafficking in Persons  52.225-13, Restrictions on Certain Foreign Purchases  52.225-18, Place of Manufacture  52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification  52.232-1, Payments  52.233-1, Disputes, Alternate I  52.233-2, Service of Protest  52.233-3, Protest after Award  52.233-4, Applicable Law for Breach of Contract Claim  52.243-1, Changes-Fixed Price  52.244-6, Subcontracts for Commercial Items  52.247-34 F.O.B. Destination. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include ° 52.219-28, Post Award Small Business Program Representation ° 52.222-3, Convict Labor ° 52.222-19, Child Labor--Cooperation with Authorities and Remedies ° 52.222-21, Prohibition of Segregated Facilities ° 52.222-26, Equal Opportunity ° 52.222-35, Equal Opportunity for Veterans ° 52.223-18, Contractor Policy to Ban Text Messaging While Driving ° 52.225-13, Restrictions on Certain Foreign Purchases ° 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration ° 52.232-99, Providing Accelerated Payments to Small Business Subcontractors (DEVIATION) Addenda to 52.212-2, Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i) Adherence to Product Specification ii)Technical Support Past Performance iii) Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government will award a single Firm Fixed Price contract based on the Offeror whose quote, conforming to the specifications named in the Product Specification, will be the overall best value. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. All quotes from responsible sources will be considered
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/IDSO/AG-0211-S-13-0007/listing.html)
 
Place of Performance
Address: One (1) System will be shipped to: USDA-NRCS, Attn. Brian Henneman, 9173 W. Barnes Drive, Suite C, Boise, ID 83709, One (1) System will be shipped to: USDA-NRCS, Attn. Area East Engineer, 1551 Baldy Ave., Suite 2, Pocatello, ID 83201, One (1) System will be shipped to: USDA-NRCS, Attn. Mike Raymond, 847 E. 9th Street, Weiser, ID 83672, Boise, Idaho, 83709, United States
Zip Code: 83709
 
Record
SN03174022-W 20130906/130905000119-e62b070d5b440965822fefa949d06639 (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.