Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
MODIFICATION

87 -- AGRICULTURAL (FARM) CHEMICALS

Notice Date
1/24/2005
 
Notice Type
Modification
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
RFQ03-3615-05
 
Response Due
1/28/2005
 
Archive Date
12/31/2005
 
Description
AMENDMENT NO. 02 IS ISSUED TO CORRECT THE HARD COPY OF THE SOLICITATION ONLY FOR THE QUANTITY LISTED FOR ITEM NO. 07 ON THE SCHEDULE OF ITEMS. ITEM 07, ASSAIL 70WP QTY=13 (THIRTEEN). ALL OTHER INFORMATION REMAINS UNCHANGED. The USDA, Agricultural Research Service requires the Contractor to furnish and deliver (F.O.B. Destination) various Agricultural (Farm) Chemicals to the USDA, ARS, Appalachian Fruit Research Station located in Kearneysville, West Virginia. These chemicals include herbicides, fungicides, and pesticides and will be used for soil preparation and conditioning. If the specified quantity cannot be furnished, the contractor shall provide the next highest unit. Additional purchases may be made at any time during each performance period. The period of performance shall not exceed September 30, 2005 for these supplies. The delivery date for the initial shipment is on March 1, 2005. If additional deliveries are required, both parties shall negotiate the delivery date(s). 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; proposal are being requested and a written solicitation does not need to be issued. However, a solicitation package is available upon a written request from the Contractor. Contractors can fax a request which must include the solicitation no., title, Company Name, Attn:, (street) mailing address, Phone and Facsimile numbers to the Contracting Officer. The solicitation number 03-3615-05 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-27. This requirement is unrestricted for NAICS 325320 with a small business size standard of 500 employees. Delivery shall be F.O.B. Destination to the USDA, ARS, Appalachian Fruit Research Station (AFRS), 2217 Wiltshire Road, Kearneysville, West Virginia 25430 after receipt of the notice of contract award and by March 1, 2005. The notice of award may be given verbally. Acceptance shall be made at destination. The Contractor is required to ship items in accordance with all Department of Transportation, Occupational Safety and Health Administration, Environmental Protection Agency and ARS regulations. All shipments shall include a Material Safety Data Sheet (MSDS) (as appropriate). Companies with the demonstrated capability and financial capacity to provide these items on an ?All or None? basis. A solicitation is available upon receipt of your request which must be addressed to the contracting Office, include the solicitation number, your company name, street mailing address (no P.O. Box) , city, state, zip, telephone and facsimile numbers. The contractor is are responsible for monitoring the FBO website at http://www.fedbizopps.gov for information relating to this requirement. The Schedule of items will be posted on FBO on 01/18/2005. (A.1) SCOPE OF WORK - The USDA, Agricultural Research Service (ARS) requires various agricultural chemicals to be furnished and delivered to the USDA, ARS facility in Kearneysville, West Virginia, in accordance with the terms, conditions, and specifications contained in this document. These chemicals include herbicides, fungicides, and pesticides and will be used for soil preparation and conditioning. (A.2) SCHEDULE OF ITEMS - Furnish and deliver the agricultural chemicals listed below. Contractor?s are required to provide A LINE ITEM PRICE LIST AND INCLUDE THE UNIT PRICING AND AMOUNT FOR EACH LINE ITEM AND A TOTAL CONTACT AMOUNT. ITEM 01 Accel PGR - 5 Bottles. ITEM 02 Actara 25WG - 2 Bottles. ITEM 03 Agri-Mycin 17 - 24 Pounds. ITEM 04 Apogee PGR - 5 Pounds. ITEM 05 Apollo SC - 2 Pints. ITEM 06 Asana XL - 1 Gallon. ITEM 07 Assail 70WP - 130 Bottles. ITEM 08 Avaunt - 1 Package. ITEM 09 Brigade WSB - 5 Pounds. ITEM 10 Calcium Chloride - 550 Pounds. ITEM 11 Captan 80 WDG - 720 Pounds. ITEM 12 Crop Oil Concentrate - 5 Gallons. ITEM 13 Devrinol 50DF - 40 Pounds. ITEM 14 Dormant Spray Oil - 255 Gallons. ITEM 15 Elevate 50 WDG - 24 Pounds. ITEM 16 Espom Salt - 550 Pounds. ITEM 17 Ethephon - 1 Gallon. ITEM 18 Flint 50WG - 21 Bottles. ITEM 19 Foam Buster - 60 Pints. ITEM 20 Goal 2XL - 17.5 Gallons. ITEM 21 Guthion Solupak 50% - 5 Pounds. ITEM 22 Gramoxone Max - 32.5 Gallons. ITEM 23 Hi-Dep - 27.5 Gallons. ITEM 24 Imidan 70WSB - 352 Pounds. ITEM 25 Indar 75WSP - 7 Pounds. ITEM 26 Induce - 50 Gallons. ITEM 27 Karmex DF - 232 Pounds. ITEM 28 Kelthane 50WSP - 9 Pounds. ITEM 29 Kocide 101 - 120 Pounds. ITEM 30 Lannate SP - 20 Pounds. ITEM 31 LI-700 - 5 Gallons. ITEM 32 Lime Sulfur - 20 Gallons. ITEM 33 Lorsban 4E - 7.5 Gallons. ITEM 34 MaxCel PGR - 2 Gallons. ITEM 35 Nexter - 8 Bags. ITEM 36 Nova 40W - 5 Bags. ITEM 37 Orbit - 2 Quarts. ITEM 38 Penncozeb 75DF - 150 Pounds. ITEM 39 Poast - 7.5 Gallons. ITEM 40 Pounce 3.2 EC - 1 Gallon. ITEM 41 Procure 50WS - 5 Pounds. ITEM 42 Provado 1.6 Flowable - 2 Gallons. ITEM 43 Provide PGR - 1 Pint. ITEM 44 Roundup WeatherMax - 2.5 Gallons. ITEM 45 Rubigan EC - 6 Quarts. ITEM 46 Scythe - 25 Gallons. ITEM 47 Sevin XLR Plus - 30 Gallons. ITEM 48 Sevin 80S - 20 Pounds. ITEM 49 Simazine 4L - 7.5 Gallons. ITEM 50 Sinbar - 50 Pounds. ITEM 51 Sovran - 6 Pounds. ITEM 52 Surflan AS - 12.5 Gallons. ITEM 53 Syllit FL - 10 Gallons. ITEM 54 Tenn-Cop 5E - 10 Gallons. ITEM 55 Thiram Granuflo - 150 Pounds. ITEM 56 Topsin-M 70WP - 105 Pounds. ITEM 57 Ultra-Fine Oil - 7.5 Gallons. ITEM 58 Vangard WG - 5 Bottles. ITEM 59 Sulfur 90% Wettable - 570 Pounds. ITEM 60 Zeal Miticide - 1 Bottle. ITEM 61 Ziram Granuflo - 160 Pounds. ALL THIS FOR A LUMP SUM OF: ($AMOUNT). NOTE: IF THE OFFEROR CANNOT FURNISH THE SPECIFIED QUANTITY LISTED PER LINE ITEM, PLEASE QUOTE TO THE NEXT HIGHEST POUND, GALLONS, ETC. IN ACCORDANCE WITH FAR CLAUSE 52.211-16. ALL SHIPMENTS SHALL BE MADE IN NEW CONTAINERS. THE MATERIAL DATA SAFETY SHEETS (MSDS) IS REQUIRED (AS APPROPRIATE) AS REQUIRED BY FEDERAL REGULATIONS. AWARD WILL BE MADE ON AN ?ALL OR NONE? BASIS. (A.3) BRAND NAME REQUIREMENT -In accordance with FAR 52.211-6, Brand Name or Equal, the product are listed by brand name. Brand Name products are required because if the product was changed, it would severely impact the research results. Substitutions are acceptable as long as they have the same active ingredients. All substitutions must be approved by the Contracting Officer?s Representative prior to delivery. (A.4) 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987). (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. [Contractor insert information here: .] (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a database for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. (A.5) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) - The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within six months from date of award. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (A.6) 52.211-16 VARIATION IN QUANTITY (APR 1984) - (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: twenty (20) percent increase or a twenty (20) percent decrease. This increase or decrease shall apply to each quantity specified in the delivery schedule. (A.7) 52.216-2 ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES (JAN 1997) -The Contractor warrants that the unit price stated in the Schedule for _________ [offeror insert Schedule line item number] is not in excess of the Contractor?s applicable established price in effect on the contract date for like quantities of the same item. (A.8) PACKING AND SHIPPING - 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. 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 Contractor is required to adhere to all OSHA, DOT, EPA, and other State and Federal Regulations as they pertain to these chemicals. The items to be furnished hereunder shall be labeled with the purchase order number, one (1) copy of the Material Safety Data Sheets (MSDS) (as required) and delivered, all transportation charges paid by the Contractor, and in accordance with the F.O.B. Destination, clause to: USDA, ARS, NAA, Appalachian Fruit Research Station, 2217 Wiltshire Road, Kearneysville, WV 25430, Attn: Kenny Thomas. (A.9) 52.211-8 TIME OF DELIVERY (JUN 1997) - (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE - ITEM NO.: 1 through 61, QUANTITY: As shown on the Schedule of Items, WITHIN 14 DAYS after receipt of the notice of award but not later than March 1, 2005. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers 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. (describe), QUANTITY (describe) WITHIN (number) DAYS AFTER RECEIPT OF THE NOTICE OF CONTRACT AWARD. Note: Delivery dates for any additional requirement area subject to mutual agreement. (A.10) DELIVERY INFORMATION - All items shall be delivered in one shipment. Delivery shall be made in accordance with FAR Clause 52.247-34, F.O.B. Destination. Delivery shall be made within the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays. (A.11) DOCUMENTATION - The Contractor shall provide one (1) copy of the Material Safety Data Sheets (MSDS) with each chemical at time of shipment in accordance with FAR clause 52.223-5. The purchase order number shall be included on all documentation and shipment. (A.12) ADDITIONAL QUOTATION INFORMATION - Quotations sent by facsimile or e-mail are not acceptable. (B.1) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (OCT 2003) applies to this acquisition. (B.2) ADDENDA TO FAR CLAUSE 52.212-4 - 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (b) Inspection and acceptance will be performed at: USDA, ARS, North Atlantic Area, Appalachian Fruit Research Station, 2217 Wiltshire Road, Kearneysville, WV 25430. 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy upon delivery and acceptance of each shipment. The invoice shall be mailed to the USDA, ARS, NAA, ERRC, 600 East Mermaid lane, Wyndmoor, PA, 19038, Attn: Lisa M. Botella. (B.3) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (JAN 2005) applies to this acquisition and includes the following clauses: 52.203-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-13; 52.225-15; 52.232-33; 52.232-36, 52.247-64. (B.4) ADDENDA TO FAR CLAUSE 52.212-5 - 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 may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Clauses at http://www.usda.gov/procurement/policy/agar.html. 52.219-2; 52.225-8; 52.214-35; 52.211-6; 52.211-17; 52.214-34; 52.214-35; 52.223-5; 52.223-6; 52.223-10; 52.223-11; 52.223-14; 52.232-18; 52.232-19; 52.242-17; 52.247-15; 52.247-21; 52.247-34; E.O. 13101 GREENING THE GOVERNMENT THROUGH WASTE PREVENTION, RECYCLING, AND FEDERAL ACQUISITION; AGAR 452.204-70. (B.5) 52.219-2 EQUAL LOW BIDS (OCT 1995) - [contractor response required if applicable. (B.6) 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA SHEET (JAN 1997) (ALT 1)(JUL 1995). (b) The offeror must list any hazardous material, as defined in paragraph (a) of this clause, to be delivered under this contract. The hazardous material shall be properly identified and include any applicable identification number, such as National Stock Number or Special Item Number. This information shall also be included on the Material Safety Data Sheet submitted under This contract. Material Name (If none, insert "None") and Identification No. (C.1) CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS - THERE ARE NO ATTACHMENTS IN THIS SECTION. (D.1) 52.212-1 INSTRUCTIONS TO OFFEROR?S--COMMERCIAL ITEMS (JAN 2005) applies to this acquisition. (D.2) - ADDENDA TO FAR CLAUSE 52.212-1 - 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, acknowledgment of amendments (if any), and the following pages from the solicitation: Page 1-3, Section A.2 (3 pages), A.3, A.4, A.5, A.7, A.9, B.5, B.6, the Evaluation criteria at D.4, and the Certifications at D.5 to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. OFFERS ARE DUE JANUARY 28, 2005 AT 3:30 P.M. All questions must be sent in writing to the Contracting Officer. Offers sent by facsimile or e-mail will be considered nonresonsive and will be rejected. (D.3) 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) applies to this acquisition and includes the following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement (including the required delivery date in Section A.9); (ii) Past performance (see FAR 15.304); and (iii) Price. (D.4) ADDENDUM TO FAR CLAUSE 52.212-2 EVALUATION FACTORS - A. Deletes item D.3(b). B. EVALUATION FACTORS FOR AWARD-FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. The Government intends to make an award based on the technically acceptable offer with the lowest evaluated price. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1.TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on brand name product information and meeting the required delivery date. Each offeror is required to furnish the product information for substitutions and the FAR Clause 52.223-3, Hazardous Material Identification at Section B.6. Documentation for substitutions are to be furnished to show how the offered item is in compliance with the statement of work or how it meets/exceed each specification requirements. 2. 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, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that the were awarded within the past five (5) 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 Contractor?s and Government Project Officers and Contracting Officers. 2. Contract number, type, and dollar value. 3. Date of contract and period of performance. 4. 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. 3) PRICE - includes all supplies, materials, labor, shipping and any discount terms. D.5 - 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2005) - Contractors shall complete and return the clause with their offer.
 
Place of Performance
Address: USDA, ARS, NAA, Appalachian Fruit Research Station, 2217 Wiltshire Road, Kearneysville, West Virginia
Zip Code: 25430
Country: USA
 
Record
SN00738850-W 20050126/050124211623 (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.