COMMERCE BUSINESS DAILY ISSUE OF MARCH 28, 2001 PSA #2817
SOLICITATIONS
87 -- BEEHIVE RENTALS
- Notice Date
- March 26, 2001
- Contracting Office
- USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038
- ZIP Code
- 19038
- Solicitation Number
- 06-3615-01
- Response Due
- April 10, 2001
- Point of Contact
- Lisa M. Botella, Point of Contact and Contracting Officer, (215) 233-6551, fax (215) 233-6558
- Description
- The USDA, Agricultural Research Service requires Beehive Rental Services to be furnished and delivered (F.O.B. Destination) to the Plant Genetic Resource Unit (PGRU) in Geneva, New York. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. Prices are being requested and a written solicitation is available. CONTRACTORS WHO ARE INTERESTED IN RECEIVING THE SOLICITATION AND/OR ANY FUTURE AMENDMENTS MUST REGISTER IN WRITING TO BE INCLUDED ON THE MAILING LIST WITH THE CONTRACTING OFFICE LISTED ABOVE. The Solicitation number 06-3615-01 is issued as a Request for Quotation (RFQ). The NAICS is 112910 with a size standard of $0.5 million. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This procurement is unrestricted. SCHEDULE OF ITEM-Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. BASE PERIOD OF PERFORMANCE: APRIL 30, 2001 THROUGH APRIL 29, 2002. Item No. 01, Minimum Quantity =160, UNIT =EA, UNIT PRICE: $______ and AMOUNT: $_______. Item No. 01A, Maximum Quantity =220, UNIT =EA, UNIT PRICE: $______ and AMOUNT: $_______. FIRST OPTION PERIOD OF PERFORMANCE: APRIL 30, 2002 through APRIL 29, 2003. Item No. 02, Minimum Quantity =160, UNIT =EA, UNIT PRICE: $______ and AMOUNT: $_______. Item No. 02A, Maximum Quantity =220, UNIT =EA, UNIT PRICE: $______ and AMOUNT: $_______. SECOND OPTION PERIOD OF PERFORMANCE: APRIL 30, 2003 through APRIL 29, 2004. Item No. 03, Minimum Quantity =160, UNIT =EA, UNIT PRICE: $______ and AMOUNT: $_______. Item No. 03A, Maximum Quantity =220, UNIT =EA, UNIT PRICE: $______ and AMOUNT: $_______. NOTE: Additional quantities may be required (up to 220 hives per performance period). GENERAL SPECIFICATION- The United States Department of Agriculture (USDA), Agricultural Research Service, (ARS), Plant Genetic Resources Unit (PGRU) needs to rent beehives on a seasonal basis for pollination of vegetable and buckwheat crops to produce high quality seed. The PGRU is responsible for maintenance of apples, cool-season grapes, tart cherries, vegetables, and buckwheat within the National Plant Germplasm system. It is located on the campus of the New York State Agricultural Research Station at Geneva, New York. The beehives will be used for pollination of vegetable crops to produce high quality seed for distribution and storage. TERMINOLOGY- Beehive- bees, viable queen, box and frames. Viable queen-determined by visual inspection to be living and non-diseased and determined to be capable of producing eggs by the presence of capped broods in the beehive. Nuclear (nuc) hive-a five-frame beehive. Healthy-determined by visual inspection to be free of pathogens, diseases, and pests. GOVERNMENT RESPONSIBILITIES- 1) The Contracting Officer shall designate a Contracting Officer's Representative (COR) at the time of award who will be responsible for the following: a) The COR will notify the Contractor by telephone not later ten days after contract award for the base period and not later than March 1 of each option year of the exact number of hives required for that contract period. b) The COR will notify the Contractor, within two weeks after each delivery, if any of the beehives do not meet the requirements of active, healthy hives with viable queens. This notification shall be made by telephone followed up in writing. The COR shall provide a copy of the documentation to the Contracting Officer (CO). c) The COR will notify the Contractor by telephone when the hives are available for removal. 2. PGRU will not be responsible for supplemental feedings, medical treatments, or for the condition of the bees and hives at the end of each season. 3. The PGRU will return the five frame nuc beehives at the end of the season with or without the bees and with no guarantee of the condition of the bees. TECHNICAL SPECIFICATIONS -The Contractor shall: 1. Furnish and deliver active bees and queens in good condition in nuclear beehives for pollination of these crops in mesh-covered cages. 2. Provide live hives, guaranteed to be healthy, active, and with a viable queen to ensure adequate pollination activity. Hives shall be free of any pathogens, diseases, or pests. 3. Upon telephone notification by the Contracting Officer's Representative (COR) within two weeks of delivery, remove and replace dead, sick or inactive beehives with healthy beehives. 4. Provide delivery of replacement bees and/or hives in accordance with the specifications, within one (1) week of telephone notification by the COR. 5. Provide no less than 160 and no more than 220 hives per performance period, as determined by the COR. 6. Deliver 1/3 of the hives for the contract period not later than April 30 of each year and 2/3 of the hives for the contract period not later than July 15 of each year. Should the delivery dates fall on a Saturday, Sunday, or a Federal holiday, then the next business day shall be the actual delivery date. 7. Place hives in apiary grounds as directed by the COR. 8. Remove all hives during the period of October 31 through November 15 of each contract period. DELIVERABLES- The Contractor shall deliver the beehives (F.O.B. Destination), to the USDA facility at the Wellington Farm (across from Garden View Nursery), 2939 Pre-Emption Road, Geneva, NY 14456. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition as amended to include: Submit your quotation, acknowledgement of amendments (if any), Evaluation Information (D.4), warranties, and the Certifications at FAR 52.212-3 to USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. TELEGRAPHIC OR FACSIMILE OFFERS ARE NOT ACCEPTABLE. The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph(a) of that provision. Technical Capability, Past Performance and Price. Technical Capability and Past Performance shall be scored on a "Pass/Fail" basis. Award shall be based in the technically acceptable, lowest priced offer inclusive of all line items. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. ADDENDUM TO FAR CLAUSE 52.212-2: EVALUATION FACTORS FOR AWARD -- 1) TECHNICAL CAPABILITY OF THE FIRM: A. TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature and technical features. Each offeror is required to furnish a written statement on the Procedure Methods that will be used for beekeeping and quality control methods, descriptive literature, or other documentation, and show how the offered services and/or product meets or exceeds the requirements as specified in the Specifications. Technical Capability-shall be rated on a "pass/fail" basis. Include a written PROCEDURE METHOD STATEMENT which describes the following to show technical capability: 1) Description of your facilities which includes at a minimum: a) equipment used to care for the bees; b) size of the Honey House and Extraction equipment used, c) Truck used for transporting hives, and d) equipment used for loading, (i.e. forklift, hydraulic lift, etc.) 2) Description of your beekeeping procedures which includes at a minimum: a) The number of parent colonies maintained; b) Basic procedures used for splitting parent colonies for nuc production; c) Medications used and the schedule for disease control; d) Varroa and tracheal mite control: Apistan, resistant queens, cultural control; and e) Hive sanitation procedures. B. PAST PERFORMANCE. Past performance history shall be rated on a "Pass/Fail" basis and may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. An offeror offeror's lack of performance history may be met if their predecessor companies, relevant affiliates, key personnel or major subcontractors have relevant past performance information. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts (including Federal, State, and local government and private) that were awarded and/or successfully completed within the past that the three (3) years and are similar nature and complexity to the statement of work. For each contract the following information must be submitted with your offer: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Type of work and description and the quality control methods used. 4. Date of contract and period of performance. 5. Information related predecessor companies, relevant affiliates, key personnel or major subcontractors who have relevant past performance. 6. A List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. C. PRICE. Price shall include all supplies, materials, delivery costs, options, and discount terms. The price for additional quantities shall be based on the Unit Price for each performance period. The Contracting Officer will make an award based on the technically acceptable, lowest priced offer inclusive of all line items. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination (address shown in Deliverables) ; and ii) Out of State contractors shall be required to have the New York State Inspection Seal on each hive upon entry into the state of New York. 2. Item (g)- Invoices shall be submitted in an original after delivery and acceptance of all items and mailed to the Contracting Officer. 3. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/. 52.214-34 -- SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991); 52.214-35 -- SUBMISSION OF OFFERS IN US CURRENCY (APR 1991); 52.217-5 -- EVALUATION OF OPTIONS (JUL 1990); 52.217-7 -- OPTION FOR INCREASED QUANTITY SEPARATELY PRICED LINE ITEM (MAR 1989); 52.217-9 -OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); 52.242-17 -- GOVERNMENT DELAY OF WORK (APR 1984); 52.247-29 -- F.O.B. ORIGIN (JUN 1988) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies; 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.225-1 Buy American Act-Balance of Payments Program-Supplies; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Responses are due on April 10, 2001 by 4:00 p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038.
- Record
- Loren Data Corp. 20010328/87SOL001.HTM (W-085 SN50H339)
| 87 - Agriculture Supplies Index
|
Issue Index |
Created on March 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|