Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SPECIAL NOTICE

68 -- GLYPHOSATE-BASED AQUATIC HERBICIDE AND 90% NONIONIC SURFACTANT

Notice Date
4/18/2005
 
Notice Type
Special Notice
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
Reference-Number-APWSWRND-0005-5(B)
 
Response Due
4/29/2005
 
Archive Date
5/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This Special Notice replaces in its entirety Combined Synopsis/Solicitation APWSWRND-0005-5. Due date of offers shall remain 04-29-2005 at 10:00 AM CST. This a Combined Synopsis/Solicitation for Glyohosate-Based Aquatic Herbicide and 90% Nonionic Surfactant. The USDA, Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), intends to procure 1170 gallons of Glyphosate-Based Aquatic Herbicide furnished in 30-gallon recyclable containers and 150 gallons of 90% Nonionic Surfactant to be used in Cattail Spraying. (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 solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ). 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. The associated NAICS code for this effort is 325320 and small business size standard is 500 employees. (iii) This requirement consists of 2 line items (001 ? Glyphosate-based Aquatic Herbicide, qty 1170 gallons, Unit of Issue: 30 gallon recyclable containers) and (002 ? 90% Nonionic Surfactant, qty 150 gallons, Unit of Issue: 2.5 gallon containers). (iv) Items to be provided under this contract consist of: Glyphosate-based Aquatic Herbicide. The herbicide must be registered with the Environmental Protection Agency (EPA) and meet the standards set forth for the use in North Dakota and South Dakota with an option to renew for two (2) additional years at the same quantity each year. Scope of Work: (v) Offerors will submit data outlining your firm?s product specifications. Delivery and acceptance will be FOB Larimore ND. All deliverables must be provided no later than July 14, 2005. Chemical to be delivered as needed throughout the spraying period of July 15, 2005 through September 30, 2005. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (vii) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. (viii) Offerors must include a complete copy of 52.212-3 with the quote. (ix) The provision 52.212.4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (x) The following text is added to Paragraph (a) of FAR 52.212-2 Evaluation - Commercial Item, applies to this solicitation. A competitive award will be made to the responsible firm with the lowest priced technically acceptable quote. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2004) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated referenced: (1) 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): (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6: (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7. (iii) Alternate II (Mar 2004) of 52.219-7: (1) 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) (b) 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: (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). (ii) Alternate I (Oct 2001) of 52.219-9. (iii) Alternate II (Oct 2001) of 52.219-9: 22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Oct 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). (ii) Alternate I (Jan 2004) of 52.225-3. (iii) Alternate II (Jan 2004) of 52.225-3. (24) 52.225-5, Trade Agreements (Oct 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note): (xvi) Proposals are due by 10:00 AM, Daylight Central Standard Time, April 29, 2005. Proposals may be faxed to (612) 370-2136 Attn: Gloria Benson, with signed originals forwarded by mail to: USDA APHIS Purchasing Department, 100 N 6th Street, Suite 510C, Minneapolis, Minnesota 55403.
 
Place of Performance
Address: Midwest Helicopters 20 Barrett Street Larimore ND
Zip Code: 58251
Country: USA
 
Record
SN00790086-W 20050420/050418211544 (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.