Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

G -- AIRCRAFT INSURANCE

Notice Date
4/1/2020 11:57:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
524126 — Direct Property and Casualty Insurance Carriers
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20Q0033
 
Response Due
4/10/2020 2:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Huron W. Virden, Phone: 6626865388
 
E-Mail Address
huron.virden@ars.usda.gov
(huron.virden@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a written solicitation will not be issued.� The solicitation number is 12405B20Q0033 and is issued as a request for quotation (RFQ).� The NAICS code is 524126 Direct Property and Casualty Insurance Carriers. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2020-04. The USDA, ARS, SEA, Crop Production Systems Research Unit, at Stoneville, MS. intends to award a firm fixed price contract for Aircraft Insurance Coverage, as follows: � General Description of Aircraft N45196 - 1990 Air Tractor AT-402 Value: $450,000 Use: Aerial Application Seats: 1 Storage: Hangared Location: GLH - Mid Delta Regional (Greenville, MS) Insurance to cover the following: Aircraft Hull Ground and In Flight Limits: $450,000 Insured Value Deductibles: $250 Not in Motion / $10,000 In Motion Bodily Injury - CC Limits: $100,000 Each Person / $300,000 Each Occurrence Aggregate Property Damage - CC Limits: $100,000 Each Occurrence - Aggregate No Chemical Liability Deductible Applies Crops Treated / Adjacent Fields Farmers/Owners/Growers Premises Liability Limits: $500,000 Each Occurrence � The insurance coverage is to be for a period of one year, April 12, 2020 thru April 11, 2021 Questions must be submitted in writing to the issuing office via email at huron.virden@usda.gov No telephone inquiries will be honored. DOCUMENTS TO BE INCLUDED IN QUOTE:� In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the insurance coverage and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. ����������� REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions.� All responsible small business sources may submit an offer and will be considered. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Regulation (AGAR) provisions and clauses apply to this acquisition.� 52.202-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-6 Restriction on Subcontractor 52.203-7 Anti-Kickback Procedures; 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.204-7 System for Award Management; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-17 Ownership or Control of Offer; 52.204-18 Commercial and Government entity Code Reporting; AGAR 452.204-70 Inquiries; 52.204-19 Incorporated by Reference of Representations and Certifications; 52.209-6 Protecting the Governments Inverted when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; �52.212-1 Instructions to Offers-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items; 52.216-24 Limitation of Government Liability; 52.616-25 Contract Definitization;� 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Re-representation; AGAR 452-219-70 Size Standard and NAICS Code Information; 52.222-3 Convict Labor; 52.222-17 Non-displacement of Qualified Workers; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity Employment; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts); 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibitions on Contracting with Entities in Certain Activities or Transactions Relating to Iran-Reps and Certs; 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management; 52.232-39 Unforceability of Unauthorized Obligations; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of contract; 52.237-1 Site Visit; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.244-6 Subcontractors for Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference. DELIVERY:� FOB Destination.� Deliver to USDA, ARS, 141 Experiment Station Road, Stoneville, MS. 38776.��� PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation.� You may register online at http://beta.sam.gov.� Any amendment and documents related to this procurement will be available electronically at the Internet site: http://beta.sam.gov���� � FAR 52.212-2, Evaluation-Commercial Item;� Award will be made based on the lowest price technically acceptable. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2.��� Offerors shall identity where the offered item meets or does not meet each of the Government�s functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 4:00 p.m. central standard time, April 10, 2020.� Quotations are to be addressed to Huron Virden, Contract Specialist, USDA, ARS, SEA, �P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225 or emailed directly to huron.virden@usda.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7f842c9e15345ce996db40d5ff9898f/view)
 
Place of Performance
Address: Stoneville, MS 38776, USA
Zip Code: 38776
Country: USA
 
Record
SN05606966-F 20200403/200401230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.