Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

87 -- Cow Mats

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0027
 
Response Due
5/24/2004
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-4-0027 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22. The solicitation is 100% set-aside for small businesses. The NAICS code applicable to this acquisition is 424910. For a company to qualify as a small business, the small business standard is 100 employees. The USDA, ARS, MWA, USDFRC, Prairie du Sac, WI has a requirement/need for removal/replacement of cow mats in Barns D, E, and F and to install brisket boards (Brisket boards are 8 ft Cozy Cow brisket board and will be provided by USDFRC) in Barn F. Cow mats are to be "Brand Name or Equal" to Kraigburg KKM 'Feathersoft' interlocking 3/4 inch mat. Quantities and Dimensions: CLIN No. 1 - F-Barn: KKM mats or equivalent; size 47 x 3/4 x 67 (192 mats) including all necessary anchors and washers. To also include removal of existing wood brisket box and bedding saver. Install new interlocking mats with 3 inch anchors and washers to the concrete floor and poly brisket board (8 ft Cozy Cow brisket board which is supplied by USDFRC). CLIN No. 2 - D-Barn: KKM mats or equivalent; size 49 x 67 (36 mats); KKM mats or equivalent; size 49 x 72 (18 mats); KSL or equivalent filler spacer; size 45 x 67 (6 units); KSL or equivalent filler spacer; size 45 x 72 (3 units). Also includes removal of existing mattresses and covers (to be disposed of by the USDFRC). Install new straight edge mats with filler spacer between mats with 3 inch anchors and washers to the concrete floor at the front. CLIN No. 3 - E-Barn: KKM Mats or equivalent; size 49 x 72 (72 mats); KKM mats or equivalent; size 47 x 72 (20 mats); KSL or equivalent filler spacer; size 45 x 72 (8 units). Also includes removal of existing mattresses and covers (to be disposed of by USDFRC). Install new straight edge mats with filler spacer between mats with 3 inch anchors and washers to the concrete floor at the front. THE SALIENT CHARACTERISTICS: The Mats must be Kraigburg KKM or equivalent mats and must meet or include these minimum requirements: (1) Must be constructed of virgin material with interlocking sides to form a smooth seam for the F-Barn and must be straight edged to allow for the additional filler mats for D- and E-Barn; (2) Must have pebble hammered surface with raised molded honeycomb pattern with studs on the underside for cushion support; (3) Must have the rear third of mat slope downward for drainage and moisture seal around rear to reduce liquid build up; (4) Must have a 10 year warranty. THE SALIENT CHARACTERISTICS: The Filler Spacer for D- and E-Barn must be Kraigburg KSL or equivalent and must meet or include these minimum requirements: (1) Filler spacer for the 6 inch space between stall mats must be constructed by lengthwise cutting of Kraigburg KSL mat 'Air bed' or equivalent mats constructed of virgin material with straight sides; (2) must have pebble hammered surface with raised studs for cushion support; (3) Must have the rear third of the mat slope downward for drainage; (4) Must have a 7 year warranty. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote) ; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); FAR 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted and if possible include email address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acqnet.gov/far. DELIVERY TO: USDA-ARS, MWA, USDFRC, Prairie du Sac, WI. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery/Installation. C) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., May 24, 2004. Quotations and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, USDFRC, Prairie du Sac, WI
Zip Code: 53706
Country: USA
 
Record
SN00583593-W 20040513/040511211631 (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.