Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2003 FBO #0637
SOLICITATION NOTICE

37 -- FURNISH, DELIVER AND SET-UP A SPRINKLER IRRIGATION SYSTEM

Notice Date
8/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
RFQ21-3615-03
 
Response Due
9/2/2003
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Agricultural Research Service (ARS), requires the Contractor to furnish, deliver (F.O.B. Destination) and set-up a new Sprinkler Irrigation System at the USDA, ARS, NAA, N.E. Plant Soil and Water Lab's (NEPSWL) field site in Presque Isle, Maine, in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulations, FAC 2001-15, as supplemented with additional information included in this announcement. Quotations are being requested and a written solicitation will not be issued. The Solicitation Number 21-3615-03 is issued as a Request For Quotation (RFQ). The NAICS is 333111 with a size standard of 500 employees. This procurement is 100 percent set-aside for a small business. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. It is the offeror's responsibility to monitor the site for release of amendments (if any) and any other related documents. SCHEDULE OF ITEMS - The Contractor shall furnish, deliver, and set-up the following items in accordance with the terms, conditions, and specifications contained in this document: ITEM NO. 01, SPRINKLER IRRIGATION SYSTEM, QTY: 1, UNIT: EA, UNIT PRICE: $_____, AMOUNT: $_____. ITEM NO. 02, INSTALLATION, QTY: 1, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $______. ITEM NO. 03, TRAINING, QTY: 1, UNIT: JOB, UNIT PRICE: $_____, AMOUNT: $____. NOTE: The Contractor shall prepay and add shipping to line item 01 in accordance with the F.O.B. Destination clause. All equipment and components shall be fabricated with new materials in accordance with FAR 52.211-5. Used materials are unacceptable. ALL THIS FOR A LUMP SUM OF: $___________. BRAND NAME INFORMATION AND LITERATURE - Offerors are required to identify the brand and type of equipment offered: ITEM DESCRIPTION:______; BRAND NAME:_____; MAKE/MODEL: ______. (Continue listing all items.) The Contractor shall provide two sets of the descriptive literature even if literature has been submitted previously. Failure to submit this literature may render the offer nonresponsive and ineligible for contract award. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, and supervision to furnish, deliver and set-up a new Sprinkler Irrigation System. This equipment will be used for irrigating research plots at the NEPSWLs research site in Presque Isle, Maine. TECHNICAL SPECIFICATIONS - One (1) each, Sprinkler Irrigation System with the following minimum specifications: 1. Nominal 75 gallon per minute system flow rate. 2. Diesel powered. 3. Furrow/ditch guided. 4. Nominal 5 gallons per minute (GPM) nozzle flow rate. 5. Nominal 10 foot spacing between nozzles. 6. Flexible hose drops with 8 foot clearance. 7. Pressure regulation to a nominal 10 psi at each nozzle. 8. 180 feet between wheels. 9. Shutoff valves on each nozzle. 10. Hose-fed system. 11. Equipment shall be of standard towers. 12. DELIVERY REQUIREMENT (SEE BELOW). 13. LOCATION OF FIRM: Contractors are required to be located (or have a servicing field location) within 2 hours from the USDA, ARS, Orono, ME location. The Contractor's servicing address must be identified and submitted with your offer. This information will be verified by mapping the distance and time from the servicing company address to the Orono, ME location through an Internet Directions Finder application. Requests for repairs shall be provided on an as needed basis and scheduled within 48 clock hours from the time the repair call is placed by the COTR. GOVERNMENT RESPONSIBILITY - The USDA, ARS, NEPSWLs COTR will coordinate the date of delivery, between May 1, 2004 to May 30, 2004, with the Contractor. The delayed delivery is required so that the USDA, ARS can drill a well for use with the system. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment and accessories. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination site. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. 52.211-8 TIME OF DELIVERY - (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE: ITEM NO. 01 - MAY 1, 2004 through MAY 30, 2004. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offeror's that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: ITEM NO. 01 - QUANTITY 01 - ________________. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding: (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. DELIVERY LOCATION: USDA, ARS, NAA, NEPSWLs field site at 47 Houlton Road, Presque Isle, ME 04769-5207. The date and time shall be coordinated by the Contractor with the COTR at least one (1) week prior to delivery shall be between the hours of 8:00 a.m. to 3:30 p.m., Monday through Friday, excl. Federal holidays and must include the P.O. number. SET-UP AND TRAINING - The Contractor shall set up the equipment to ensure the system is fully function for it's intended purpose. The Contractor shall provide a minimum of 1-day training on-site at the Houlton Road site for a maximum of 3 persons. The date and time shall be coordinated by the Contractor with the COTR (to be named at time of award) at least 1 week prior to delivery and completed within one (1) week after delivery. DOCUMENTATION - The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, operating instructions upon delivery of the equipment. All documentation shall include the P.O. number. Final payment shall not be made unless and until all the equipment and manuals have been received and are accepted by the COTR. WARRANTY - The Contractor shall provide a one year, on-site, non-consumable parts and labor warranty on the equipment and a copy of the warranty for each item with their offer. The period of the warranty shall begin upon acceptance by the Government. ADDITIONAL QUOTATION INFORMATION: This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.eps.gov. FAILURE TO SUBMIT THE REQUESTED AND REQUIRED INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1 - 1. Item (b), Submission of Offers is amended to include the following: Submit A signed and dated offer on company letterhead which includes: Solicitation Number, Description of item, quantity; unit price, extended price, total, price list, acknowledgment of amendments (if any), descriptive literature, warranty information, service contracts and the Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (c), Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2 - 1) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous (Best Value) to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability of the item offered to meet the Government requirement, Company's servicing address and delivery date (see 52.211-8; (ii) Past Performance (see FAR 15.304); and (iii) Price. Technical and past performance, when combined, are significantly more important than price. 2. Deletes item D.3(b); 3. EVALUATION FACTORS FOR AWARD - FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. A) TECHNICAL CAPABILITY OF THE FIRM - Technical capability will be based on manufacturer or brand name and model of the items and product literature; Technical Specifications; Company's servicing address; Required Delivery Date; and Warranty provisions. B) PAST PERFORMANCE - Past performance history 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. In order to be considered for a contract award, the Contractor shall provide a list of three (3) contracts of a same nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 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. Item (description) purchased. 4. Date of contract, period of performance and price. 5. 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 includes all labor, equipment, materials, warranty, transportation, travel, shipping, installation, training, and any discount terms. The Contractor is required to provide the following information: 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also, explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities. 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market. 3. The offeror grants the Contracting Officer or an authorized representative that right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace. PREPARATION OF OFFER - The Contractor is required to provide all the information requested in this announcement. As stated in FAR Clause 52.212-1 and as amended, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offer's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Offeror's shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. An authorized representative of the Contractor must sign these representations and certifications. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA TO FAR Clause 52.212-4 is revised to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Delivery Location. 2. Item (g), Invoice - An original invoice shall be submitted to the Contracting Officer after acceptance of the complete system. A. To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date; 2.Vendor Identification Number; 3. Vendor Express Number; 4. Contract number; 5. Description, price, and quantity of property and/or services actually rendered or delivered; 6. Shipping and payment terms; 7. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. B. The original invoice shall be submitted after acceptance of each unit by the Government. The Invoice shall be mailed to: USDA, ARS, North Atlantic Area, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn: Lisa M. Botella. The successful Contractor will be required, within 30 days after award, to establish an Electronic Funds Transfer (EFT) Account Number with the USDA National Finance Center to receive payment. 3. Item (o), Warranty as amended above. 4. 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/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html. 52.204-4, PRINTING/COPYING DOUBLE SIDED ON RECYCLED PAPER; 52.211-5, MATERIAL REQUIREMENTS; 52.214-21, DESCRIPTIVE LITERATURE; 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY; 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS; 52.219-14, LIMITATIONS ON SUBCONTRACTS; 52.225-8, DUTY FREE ENTRY; 52.228-5, INSURANCE-WORK ON A GOVERNMENT INSTALLATION; 52.242-17, GOVERNMENT DELAY OF WORK; 52.247-34, F.O.B. DESTINATION; 452.204-70, INQUIRIES. 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: 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (ALT. 1); 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; 52.222-26, EQUAL OPPORTUNITY; 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VIETNAM ERA VETERANS; 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; 52.225-13, RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION - CALL USDA, NFC AT (504) 255-4647 TO REGISTER; 52-232-36, PAYMENT BY THIRD PARTY; AND 52.247-64, PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS. ALL QUESTIONS MUST BE PLACED IN WRITING AND MAY BE SENT BY FAX. HOWEVER, YOUR OFFER MUST BE SENT BY MAIL. WE WILL NOT ACCEPT YOUR QUESTIONS BY E-MAIL (DUE TO THE CURRENT AND CONTINUOUS VIRUS SITUATION) OR YOUR OFFER BY FAX OR E-MAIL. Offers are due by September 2, 2003 by 4:00 p.m. local time, at the USDA, ARS, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. The POC for this project is Lisa Botella (215) 233-6551.
 
Place of Performance
Address: USDA, ARS, NAA, NEPSWLs field site at 47 Houlton Road, Presque Isle, ME
Zip Code: 04769-5207
Country: USA
 
Record
SN00412431-W 20030828/030827074208 (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.