Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOLICITATION NOTICE

99 -- FORESTRY SEED TRAYS

Notice Date
1/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, SUITE 200, Boise, Idaho, 83709, United States
 
ZIP Code
83709
 
Solicitation Number
AG-0261-S-16-0016
 
Archive Date
2/12/2016
 
Point of Contact
KAREN L. MORTHLAND, Phone: 2083734115, KELLY DEMASTERS, Phone: 208-343-1977
 
E-Mail Address
KMORTHLAND@FS.FED.US, KDEMASTERS@FS.FED.US
(KMORTHLAND@FS.FED.US, KDEMASTERS@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) Solicitation AG-0261-S-16-0016 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 System for Award Management (SAM). Registration is free at the following website: https://www.sam.gov/portal/public/SAM/. (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 326199; Small Business Size Standard: 750 (v) Line Item (001) Cavity Forest Nursery Tray Quantity Needed: 4,992 EA Provide Quote here: PAYMENT TERMS: _________ DELIVERY (ARO/ACD): ________________ SHIP FOB X DESTINATION MINIMUM ORDER AMOUNT: ______________ COMPANY NAME_________________________ VENDOR REP: ____________________________ PHONE: ___________________ MAILING ADDRESS: _____________________________________________________________ TAXPAYER ID: ___________________ DUNS #: ________________________ GSA CONTRACT # :(if applicable) ____________________EXP DATE:__________ SET-ASIDE FOR: ____ LARGE X SMALL ____ WOMAN-OWNED ____ SDVOSB ____ HUBZONE ____8(a) (Please check all that apply) NAICS CODE: __________ SIZE STANDARD: ____________ Item Description Quantity U/I Unit Price Extended Price 128 Cavity Forest Nursery Tray 4992 EA $ Shipping/Freight TOTAL (vi) Description of Requirements: Plastic forest seedling trays with smooth walled cavities that can be set on benches or on "T" rails. Cavity Forest Nursery Tray Cavities Per Tray: 128 Cavity Depth: 6" Cavity Width: 13.5" Cavity Top Diameter: 1.55" Cavity Volume: 8 CU IN Cavity Square Feet: 51.5 Quantity Needed: 4,992 EA Please state specifications with your quote (vii) FOB-Destination for delivery to: Lucky Peak Nursery, 15169 East Highway 21, Boise, ID 83716. Required Delivery date is March 1, 2016. Please state the date trays can be delivered in your quote. Contact Kelly DeMasters at 208-343-1977, ext. 7700 to arrange for delivery. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. The following addenda to provision 52.212-1 apply to this acquisition: PROVISIONS INCORPORATED BY REFERENCE FAR 52.204-7-System for Award Management (Jul 2013) (End of Provision) PROVISIONS INCORPORATED BY FULL TEXT Offerors must complete the AGAR Provision 452.209-70, Alt 1, located at the end of this solicitation and return the signed provision with the quote. 452.219-70 Size Standard and NAICS Code Information (SEP 2001) The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: Contract line item(s): 001 -- NAICS Code: 326199 -- Size Standard: 750 (End of Provision) (End of Addendum) (ix) 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. Best value to the government can include but is not limited to price, delivery date, and technical capability. (x) The provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda to clause 52.212-4 apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE FAR 52-204-13, System for Award Management (Jul 2013); 52.232-39 Unenforceability of Unauthorized Obligations. (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.247-34; F.O.B.-Destination (Nov 1991) CLAUSES INCORPORATED BY FULL TEXT 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS, Alternate 1 (Feb 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434. (End of Clause) (End of Addendum) (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2016), applies to this acquisition. The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (OCT 2015); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-6, Notice of Total Small Business Aside (Nov 2011); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2016); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-3, Buy American--Free Trade Agreements-Israeli Trade Act, Alt 1 (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (xiii) Quotes must be emailed to Karen Morthland, kmorthland@fs.fed.us, Quotes are required to be received no later than 1200 MT, January 28, 2016. This is to notify you of recent award prohibitions contained in USDA Fiscal Year 2012 Appropriations Act regarding corporate felony convictions and corporate tax delinquencies. Under the Appropriations Act, no awards can be made to any corporation (for profit or non-profit) that has a tax delinquency or felony conviction as defined in the Appropriations Act and described in the attached representation. To comply with these provisions, all offerors are required to return the attached representation to Karen Morthland email (kmorthland@fs.fed.us) prior to award. Please note that if you have a tax delinquency or felony conviction, as defined in the Appropriations Act and described in the attached representation, you are not eligible for award. If you are ineligible for award because of these prohibitions it is possible that you can regain eligibility for award, but only if the USDA suspension and debarring official considers your tax delinquency and/or felony conviction and determines that suspension or debarment is not necessary to protect the interests of the Government." Vendor Name: Agreement/Solicitation Number: 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (Deviation 2012-01) Alternate I (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained sections 433 and 434 in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is 0, is not 0 (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has 0, has not 0 (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has 0, has not 0 (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does 0, does not 0 (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. ____________________________________ Signature/Date of Vendor (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/AG-0261-S-16-0016/listing.html)
 
Place of Performance
Address: LUCKY PEAK NURSERY, BOISE, Idaho, United States
 
Record
SN03999579-W 20160127/160125233641-590833671888aabd38f4c55c62785e22 (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.