Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2004 FBO #1091
MODIFICATION

F -- Seedling Protectors

Notice Date
11/19/2004
 
Notice Type
Modification
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1645 Highway 20 East, Bend, OR, 97701
 
ZIP Code
97701
 
Solicitation Number
R6-01-5-0011
 
Response Due
12/1/2004
 
Archive Date
12/16/2004
 
Point of Contact
Maria Gonzalez, Contract Specialist, Phone (541) 383-5547, Fax (541) 383-5544, - Joann Smalling, Procurement Technician, Phone 541-383-5543, Fax 541-383-5544,
 
E-Mail Address
mgonzalez@fs.fed.us, jsmalling@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to correct the Combined Synopsis/Solicitation, due to a computer program error that converted the quote marks to question marks and minus one quarter inch for two question marks. Please refer to the corrected Combined Synopsis/Solicitation. The hour and date specified for receipt of Offers is not extended. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. The solicitation number is R6-01-5-0011 and this requirement is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 25, October 5, 2004. The procurement is 100 percent set aside for small business. The North American Industry Classification System (NAICS) number is 115310 small business size standard is $6,000,000. The USDA Forest Service, Department of Agriculture, Forest Service, R6 Central Oregon Region, 1645 HWY 20 East, Bend, OR . The scope of work consists of supply and delivery of Rigid Mesh Seedling Protectors meeting the following dimensions (1A) 5 inch diameter X 30 inch tall 24 point Rigid Mesh tubes. Quantity: 67,000 each. (1B) 4 inch diameter X 30 inch tall 24 point Rigid Mesh tubes. Quantity: 36,000 each. Rigid tubes shall be: Vexar, Conwed Plastics, Noltex, Nalle Plastics or equal. Equals must meet the following salient features: (a) Diameter Mesh with parallel strands spaced 7/16 inch apart, center tolerance of 1/32 inch. (b) Strand Diameter 40 to 60 mils. (c) Mesh Angles: 70 and 110 degrees plus or minus 5 degrees. (d) 70 degree angles oriented lengthwise to the tube. (e) Color: Translucent Green. (e) Photodegradable period (UV Rating): 60 months plus or minus 6 months. (f) Tubes shall have adequate strength so as not to tear from a wooden stake under adverse environmental field conditions. (g) A total tolerance of plus or minus 1/4 inch in diameter from the largest to smallest tube is permitted to allow for nesting. SUBMITTALS: The Contractor shall submit descriptive literature and a sample showing the quoted item meets or exceeds all specifications. Samples shall be submitted with the price quote by December 1, 2004, Close of Business 4:30pm to the following address: Deschutes National Forest, Attn: Maria Gonzalez, Contracting Officer, 1645 HWY 20 East, Bend, OR 97701. PACKAGING: Tubes shall be nested 10 to a nest. Nests shall be placed into plastic bags closed with a twist tie. Plastic bags shall be placed in water resistant, waxed, cartons for final shipment. Each Carton shall be clearly marked with 4 inch minimum letter size on two opposite ends indicating the content, size, and quality. DELIVERY: Items shall be shipped FOB destination to Bend Seed Extractory, 63095 Deschutes Market Road, Bend, OR 97701 by March 15, 2005. A 72 hour notification shall be given to the Contracting Officer, prior to delivery so that arrangements can be made for the Government to provide unloading equipment. QUALITY CONTROL: The Contractor shall be responsible for management and quality control to meet the terms of the contract. The Contractor shall be required at the time of award to submit a written quality control plan showing their self inspection procedures. Inspection results shall be submitted to the Government at the time of delivery. GOVERNMENT INSPECTION PROCEDURES: The government will verify Contractors inspection results by: (1) Counting bags and tubes. (2) Randomly sampling for concurrence with contract specifications. (3) Randomly checking to assure the tubes do not split or tear with normal handling. More than 5 percent defective tubes in a sample will be cause for rejection. A defect is a tube from a randomly sampled bag that fails to meet one or more contract specifications. The Government shall have the right to require the Contractor to: (1) Correct or replace the defective bags at no increase in contract price in accordance with a delivery schedule specified at the time of notice of defect or nonconformance. (2) Reduce the contract price by the percentage of defective bags if the Contracting Officer elects not to have the Contractor replace the defective bags. Contractor shall bear the transportation cost from original point of delivery if defective bags are returned to the Contractor. The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items, 52.212-2 Evaluations Commercial Items: The evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Sample meets specifications (2) delivery date and (3) Past Performance, delivery time and past performance, when combined, are approximately equal to price. 52.212-3, Offeror Representations and Certifications Commercial Items. 52.212-4, Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of 52.212-5 the following applies: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). In paragraph (b) of 52.212-5(b), the following apply: The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).
 
Place of Performance
Address: 1645 Hwy 20 East, Bend, OR
Zip Code: 97701
Country: USA
 
Record
SN00710681-W 20041121/041119211623 (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.