Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2002 FBO #0320
SOLICITATION NOTICE

87 -- PRODUCTION OF C ONTAINER SEEDLINGS

Notice Date
10/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Southwestern Oregon ZAP, Rogue River NF, 333 West 8th Street, Medford, OR, 97501
 
ZIP Code
97501
 
Solicitation Number
R6-10-03-02
 
Archive Date
9/30/2003
 
Point of Contact
Maggie Giuliani, Contract Specialist, Phone (541) 858-2227, Fax (541) 858-2224,
 
E-Mail Address
mgiuliani@fs.fed.us
 
Description
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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. R6-10-03-02 is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. This procurement is for a firm fixed price contract. The Solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. SCOPE OF CONTRACT: Production of Container Seedlings - It is the purpose of this solicitation to obtain the supply of an estimated 2.5 - 3 million container seedlings to be grown at a growing facility until Government transports and direct plants into the fields at the J. Herbert Stone Nursery of the Rogue-Siskiyou National Forest. The primary species will be Douglas-fir and ponderosa pine, but other conifer species may be included. The offeror's growing facility must be located within 200 miles of the J. Herbert Stone Nursery, Central Point, Oregon, to facilitate direct planting of the seedlings into the fields at the J. Herbert Stone Nursery site. The Government will be responsible for: 1) stratifying the seed; 2) providing the Hortiblocks 200 (block size: approximately 13.5 in. wide x 26.5 in. long x 2.25 in. deep) filled with media; 3) delivery of Hortiblocks to contractor's growing facility no later than January 15, 2003; 4) providing mycorrhizal inoculum and 5) return transportation/shipping of container seedlings in Hortiblocks no later than May 15, 2003. The Government will make periodic inspections of the stock at the contractor's facility. Deficiencies noted at such inspections shall be promptly corrected. Final inspection and acceptance will be made at time of delivery. Payment: a progress payment of 25% will be made after any needed thinning of seedlings. Final payment will be made at the unit contract price for all container seedlings accepted and shipped (transported by the government) to the J. Herbert Stone Nursery, Central Point, Oregon. The contractor will be responsible to provide a permanent greenhouse at a growing facility located within 200 miles of the J. Herbert Stone Nursery, Central Point, Oregon. The contractor will be responsible sowing the seed into the Hortiblocks 200, germinating the seed and growing the seedlings including fertilization, heating, irrigation, lighting, mychorrhizal inoculation, pest control, weeding and thinning to a single seedling per cell, if requested by the government. The growing objective is to germinate the seed and achieve moderate, balanced growth. Preparation for shipping: Irrigate within 4 hours of shipping to saturate the media. Records: The Contractor shall maintain and upon request, provide the Government a record by date listing the cultural work undertaken for the contract. Records shall include dates of fertilization, insecticide/fungicide treatment, temperatures, watering, and any other cultural work performed on all or any portion of the seedlings receiving different treatment. Period of Contract - Estimated: January 15, 2003 - May 15, 2003. The following provisions and clauses apply to this acquisition: Far 52-212-1, Instructions to Offerors - Commercial Items; 52.212-2 - Evaluation of Commercial Items; the evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors, in the relative order of importance are: 1) technical capability of item offered to meet the Government requirement; 2) past performance; and 3) price . Evaluation factors 1) and 2) above, when combined are approximately equal to price. The contract award will be offered to the best value offer made to the Government, considering technical capability, past performance and price. 52.212-3 - Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions commercial Items and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. In Paragraph (b) of 52.212-5, the following apply: 52.222-21; 52.222-26, 52.222-35; 52-222-35, 52-222-36, 52.225-13, 52-232-34. Offerors shall include a completed copy of the provision at 52-212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be obtained at http://ww.arnet.gov/far. All responsible sources may submit an offer (see evaluation factors), including unit pricing information per M/seedling, to the USDA, Forest Service, Rogue River National Forest, Attn: Contracting, P.O. Box 520, Medford, Oregon 97501 by close of business November 20, 2002. Send questions by FAX to 541-858-2224.
 
Place of Performance
Address: J. Herbert Stone Nursery, Central Point, OR
Zip Code: 97502
Country: USA
 
Record
SN00188772-W 20021018/021016213235 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.