Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

68 -- Pelleted Herbicide

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC663, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAR050114
 
Response Due
8/19/2005
 
Archive Date
8/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Request for Proposal NAR050114, 26,250 lbs of pelleted herbicide delivered to BLM Arizona Strip Field Office in St. George, UT. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. REQUIREMENTS: The pelleted herbicide shall conform to the following: Spike 20P Brand name or equal: Active Ingredient(s): Tebuthiuron: N-[5-(1,1-dimethylethyl)-1,3,4-thiadiazol-2-y1]-N,N'-dimethylurea?..20.0%, Inert Ingredients?..80.0%. Contains 0.2 pounds active ingredient per pound of product. EPA Registration No. 62719-121. Pelleted herbicide shall be package 25 lb bags. Bags should be secured and shipped on pallets. Pricing shall be FOB Destination to 345 E. Riverside Drive, St. George, UT 84790. Contractor shall provide a technical specialist to be on-site during application for the purpose of assisting with the calibration of application equipment. Deliveries shall be coordinated with the Arizona Strip Field Office and in accordance with the following schedule: Delivery on or before September 15, 2005 This is a 100% set-aside for small business. The standard NAICS classification is 325320. Size standard is 100 employees. The following provisions and Clauses apply to this announcement: FAR clauses and provisions 52.211-6 Brand Name or Equal, 52.212-1 and 3 thru 5 are applicable and this synopsis/solicitation incorporates all provisions and clauses in effect through Federal Acquisition Circular 2005-05. Addendum to 52.212-5: 52.216-1 TYPE OF CONTRACT - Firm Fixed Unit Price; 52.216-5; 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS; 52.219-14 LIMITATIONS ON SUBCONTRACTING; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26 EQUAL OPPORTUNITY; 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.225-16 SANCTIONED EUROPEAN UNION COUNTRY SERVICES; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION; 52.211-16 VARIATION IN QUANTITY (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 process, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase/decrease. This increase or decrease shall apply to each quantity specified in the delivery schedule. Proposals are due August 19, 2005 by 10:00 AM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Sara Oletski; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Sara Oletski; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225, or by facsimile to (303) 236-9421. An award will be made based on price, technical and past performance. Submit proposals to the address indicated above in accordance with FAR 52.212-1. Proposals shall include the following items: 1) Pricing Schedule including unit price, 2) Past Performance from three (3) current customers having similar requirement (provide name, telephone number, and point of contact), 3) Completed 52.212-3 Representations and Certifications - Commercial Items (Mar 2005) (accessible at http://www.arnet.gov/far/), 4) Include TIN and DUNS Number, 5) Material Safety Data Sheet (MSDS) for pelleted herbicide and 6) Offer must be signed. Offerors must be registered at http://www.ccr.gov to be considered for award. The anticipated award date is August 30, 2005 for a Firm Fixed Unit Price Type contract. Numbered Notes: 1
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=959865)
 
Place of Performance
Address: St. George, UT
Zip Code: 84790
Country: US
 
Record
SN00861577-W 20050805/050803212519 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.