Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

87 -- Bayticol Pour-on Acaricide

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
065-M-APHIS-04
 
Response Due
9/21/2004
 
Archive Date
10/6/2004
 
Description
NA (i) 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; quotations are being requested and a separate written request for quotation will not be issued. (ii) The reference number is 065-M-APHIS-04 and the solicitation is issued as a request for proposal (RFP). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) This solicitation utilizes Full and Open competition. No Set-Asides apply to this effort. The associated NAICS code for this effort is 325320 and small business size standard is 500 employees. (v) This requirement consists of 3 line items: Line Item One 0001 ? 20 litter drum, qty. 856, Line item 0002 ? One liter bottles, qty 2,000 and Line Item Three 0003 250 ML per bottle, qty 2,000. (vi) Delivery and acceptance of deliverables will be FOB destination, Friars Hills road, St. John?s, Antigua and delivered within 60 days from date of award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Low Price Technically Acceptable). This acquisition will be conducted using the Test Program for Certain Commercial Items under FAR 13.5. A competitive award will be made to the responsible firm with lowest priced technically acceptable quote. The product at a minimum must be Bayticol Pour-on Acaricide, Brand name or equal and meet or exceed the technical specifications such as: Pour-on, environmentally safe and effectively kill tropical bont ticks, to be technically acceptable. Technical acceptability is on a pass-fail basis. In order to allow the Government to determine technical acceptability, the proposal shall provide adequate product description 52.212-1(b)(4). Additional guidance on price is provided under provision 52.212-1 section (g). (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52.211-6; Brand Name or Equal, 52 .203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Co-operation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-5, Trade Agreement; 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Commercial Vessels. 52.225-8, Duty Free Entry applies to this requirement. AGAR 452.211-1 Brand Name or Equal (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:00 pm local time on September 21, 2004. Faxing or emailing quotes is acceptable. (xvi) The assigned Specialist is Jason Wilking. Mr. Wilking may be reached at Jason.l.wilking@aphis.usda.gov, (612) 336-3210 or by fax, (612) 370-2106.
 
Place of Performance
Address: St.John's, Antigua
Zip Code: Antigua
 
Record
SN00673744-W 20040917/040915211639 (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.