Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
SOLICITATION NOTICE

87 -- Delta Dust Insecticide Supply - Solicitation Attachments

Notice Date
7/31/2015
 
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/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-15-0149
 
Archive Date
8/29/2015
 
Point of Contact
Lisa A Draves, Phone: 612-336-3364
 
E-Mail Address
lisa.a.draves@aphis.usda.gov
(lisa.a.draves@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand name sole source justification Attachment 2, Pricing Schedule Attachment 1, Specifications (i) This is a combined synopsis/solicitation for commercial items prepared 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; quotations are being requested and a written solicitation will not be issued. (ii) This reference number for this effort is AG-6395-S-0149. This solicitation is issued as a request for quotation (RFQ) and will result in a firm-fixed-price indefinite-delivery indefinite-quantity (IDIQ) contract. (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-83, effective July 2, 2015. (iv)This solicitation is issued as a total small business set-aside. The appropriate NAICS code is 325320 with a small business size standard of 500 employees. Note: An SBA waiver to the nonmanufacturer rule applies to this procurement, which provides that a firm that is not a manufacturer may qualify as a small business on a supply contract set aside for small business if, among other things, it supplies the product of a small business or other than small business manufacturer made in the United States (15 USC § 637(a)(17); 13 CFR § 121.406.). (v) Contract Line Items: See "Attachment 1, Specifications" and "Attachment 2, Pricing Schedule". (vi) Description of requirements for items to be acquired. Supply and delivery of Delta Dust insecticide with.05% active ingredient Deltamerthrin. (See Attachment 1 "Specifications".) (vii) Date and place of delivery and acceptance and FOB point: USDA APHIS WS WR CO, ATTN: Shane Koyle, 171 South Van Gordon Unit E, Lakewood, CO 80228. (See "Attachment 1, Specifications".) (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, and Addendum applies to this acquisition. 52.212-1 ADDENDUM a. Quotations will be evaluated in accordance with the provision FAR 52.212-2, Evaluation - Commercial Items. The line item quantities listed in the Pricing Schedule are for evaluation purposes only and are not intended to convey either a minimum or maximum quantity that will be ordered by the Government. The unit price that will be paid for any line item will not be changed based on the quantity actually ordered by the Government. The ultimate contract price for any given ordering period will be the sum of the task orders ordered during that period. Contract and delivery order minimums and maximums are addressed in clauses 52.216-18 "Ordering", 52.216-19 "Order Limitations", and 452.216-73 "Minimum and Maximum Contract Amounts". b. QUOTATIONS MUST INCLUDE THE FOLLOWING: (1) A cover page that includes the solicitation number, company name, address, point of contact information, and DUNS number. (2) Completed Pricing Schedule (See "Attachment 2, Pricing Schedule") c. Offerors must be registered in the System for Award Management (SAM), including online representations and certification. Please see www.sam.gov for registration information. d. Work will be ordered through the issuance of individual delivery orders as the quantity requirements by the Government are defined. Each delivery order will specify the specific quantity requirements. Delivery Order prices will be in accordance with the fixed rates established in the Pricing Schedule. e. In accordance with Federal Acquisition Regulation (FAR) Subpart 9.1, a prospective contractor may be requested to provide additional information in order to assist the Government in making a responsibility determination. f. Quotations must include a price for all items in this solicitation to be eligible for award. The Government will award on an All or None basis. g. All questions must be submitted in writing in accordance with 452.204-70 INQUIRIES (FEB 1988). Please submit questions to Lisa Draves at lisa.a.draves@usda.gov. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies. (a) The Government will award a contract to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotations will be evaluated in accordance with FAR Part 13, Simplified Acquisition Procedures. (x) The provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 1) applies. Offerors must complete online representations and certifications in the System for Awards Management (SAM) at www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, and Addendum applies to this acquisition. 52.212-4 ADDENDUM - a. 52.212-4 paragraph (g), Invoices, is revised to include the following statement: All invoices shall be submitted through the Invoice Processing Platform (IPP) at www.ipp.gov. IPP is a secure, web-based service that manages government invoicing. b. The following clauses are incorporated by full text: 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued according to the following schedule: Ordering Period 1: Award Date through August 31, 2016 Ordering Period 2: September 1, 2016 through August 31, 2017 Ordering Period 3: September 1, 2017 through August 31, 2018 Ordering Period 4: September 1, 2018 through August 31, 2019 Ordering Period 5: September 1, 2019 through August 31, 2020 (a) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (b) For the purposes of this contract, a delivery order must be in writing and signed by the Contracting Officer. Orders may be issued by mail, by fax transmission, by personal service, or by electronic transmission. A delivery order shall be considered to have been issued: (1) at the time the Government transmits written notification to the Contractor if transmission is by fax, email, or other electronic means; (2) at the time the contractor receives the order if the transmission is by mail or personal service. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 case ("case" is equal to 4 jugs (5 lbs./jug) the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of 500 cases ("case" is equal to 4 jugs (5 lbs./jug)). (2) Any order for a combination of items in excess of 500 cases (3) A series of orders from the same ordering office within seven (7) calendar days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 business days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after August 31, 2020. 452.216-73 MINIMUM AND MAXIMUM CONTRACT AMOUNTS (FEB 1988) During the contract period (ordering periods 1 - 5) specified in FAR clause 52.216-18, ORDERING, the Government shall place orders totaling a cumulative minimum of 50 cases but not in excess of a cumulative maximum of 2,500 cases. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ d) The following additional clauses are incorporated by reference: 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS IN ALL SOLICITATIONS AND CONTRACTS 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (xii) 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 clauses are checked as applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) Additional contract requirements: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 452.204-70 INQUIRIES (FEB 1988) Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award. (xiv) DPAS ratings: N/A (xvi) Quotations are due no later than 5:00 p.m. (local time) on Tuesday, August 14, 2015. Quotations must be submitted by email to: Lisa Draves, Contract Specialist, at lisa.a.draves@usda.gov (xvi) Point of Contact for Inquiries: Lisa Draves, Contract Specialist, (612) 336-3364, lisa.a.draves@usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-15-0149/listing.html)
 
Place of Performance
Address: USDA APHIS WS WR CO, 171 South Van Gordon Unit E, Lakewood, Colorado, 80228, United States
Zip Code: 80228
 
Record
SN03819647-W 20150802/150731235417-32125c914f5edef4a14aa38cedaf8e27 (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.