Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

88 -- FURNISH AND DELIVER RENTED FIVE-FRAME NUCLEAR (NUC) BEHIVES

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
112910 — Apiculture
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
02-2328-2007
 
Response Due
3/6/2007
 
Archive Date
12/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor and equipment to furnish and deliver the required hives to the USDA, Agricultural Research Service (ARS), Plant Genetic Resource Unit (PGRU) field site located in Geneva, NY, in accordance with the terms, conditions and specifications contained in this document. The USDA, ARS, PGRU will uses these beehives will be used for pollination of vegetable crops including but not limited to onions, cabbage, cauliflower, broccoli, collards, kale, Chinese cabbage, Bok Choy, Brussels sprouts, radish, squash, buckwheat, and celery. The contract will be for a one-year base period plus four (4) one-year option periods. Prices are being requested and a written solicitation has been issued. The Solicitation number 02-2328-2007 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15c. This procurement is unrestricted. The NAICS is 112910 with a size standard of $0.75 million dollars. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offeror's will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offeror's responsibility to monitor the site for release of the solicitation and any related documents. PERIOD OF PERFORMANCE: APRIL 1, 2007 THROUGH MARCH 31, 2008: SCHEDULE OF ITEMS - ITEM: 01 - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. NOTE: Additional quantities may be required (up to 220 hives per performance period). ITEM: 01A - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 220; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. PERIOD OF PERFORMANCE: APRIL 1, 2008 THROUGH MARCH 31, 2009: SCHEDULE OF ITEMS - ITEM: 02 - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. NOTE: Additional quantities may be required (up to 220 hives per performance period). ITEM: 02A - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 220; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. PERIOD OF PERFORMANCE: APRIL 1, 2009 THROUGH MARCH 31, 2010: SCHEDULE OF ITEMS - ITEM: 03 - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. NOTE: Additional quantities may be required (up to 220 hives per performance period). ITEM: 03A - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 220; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. PERIOD OF PERFORMANCE: APRIL 1, 2010 THROUGH MARCH 31, 2011: SCHEDULE OF ITEMS - ITEM: 04 - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. NOTE: Additional quantities may be required (up to 220 hives per performance period). ITEM: 04A - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 220; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. PERIOD OF PERFORMANCE: APRIL 1, 2011 THROUGH MARCH 31, 2012: SCHEDULE OF ITEMS - ITEM: 05 - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 160; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. NOTE: Additional quantities may be required (up to 220 hives per performance period). ITEM: 05A - Furnish and deliver rented Five-frame nuc Beehives in accordance with the terms, conditions, and specifications contained in this document. QTY: 220; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. ALL THIS FOR A TOTAL OF $__. NOTE: ADDITIONAL QUANTITIES MAY BE REQUIRED (UP TO 220 HIVES PER PERFORMANCE YEAR.) THE QUANTITIES LISTED FOR EACH ITEM IN THE SCHEDULE MAY BE INCREASED/DECREASED PENDING AVAILABILITY OF FUNDING FOR EACH PERIOD OF PERFORMANCE. THE GOVERNMENT SHALL MAKE A SINGLE AWARD. THEREFORE, OFFEROR' MUST PROPOSE ON ALL LINE ITEMS TO BE CONSIDERED FOR AWARD. Contractors must include shipping in each line item. GENERAL SPECIFICATIONS - The United States Department of Agriculture (USDA), Agricultural Research Service, (ARS), Plant Genetic Resource Unit (PGRU) needs to rent beehives on a seasonal basis for pollination of vegetable and buckwheat crops to produce high quality seed. The PGRU is responsible for maintenance of apples, cool-season grapes, tart cherries, vegetables, and buckwheat within the National Plant Germplasm system. It is located on the campus of the New York State Agricultural Research Station at Geneva, New York. The beehives will be used for pollination of vegetable crops including but not limited to onions, cabbage, cauliflower, broccoli, collards, kale, Chinese cabbage, Bok Choy, Brussels sprouts, radish, squash, buckwheat, and celery. Pollination by bees is required to produce sufficient high quality seed for distribution and storage. TERMINOLOGY - Beehive - bees, viable queen, box and frames. Viable queen determined by visual inspection to be living and non-diseased and determined to be capable of producing eggs by the presence of capped broods in the beehive. Nuclear (nuc) hive-a five-frame beehive. Healthy - determined by visual inspection to be free of pathogens, diseases, and pests. GOVERNMENT RESPONSIBILITIES - The Contracting Officer shall designate a Contracting Officer's Technical Representative (COTR) at the time of award who will be responsible for the following: 1. The COTR shall notify the Contractor of quantities and deliveries by telephone. 2. The COTR shall inform the Contractor of any defective issues in writing and provide a copy to the Contracting Officer (CO). 3. The COR will notify the Contractor by telephone not later than March 1 of each year of the exact number of hives required for that contract period. 4. The COTR will notify Contractor by telephone of hives as active, healthy, and with healthy queen within two weeks of each delivery. 5. The COTR will notify the Contractor by telephone when the hives are available for removal. 6. The PGRU will not be responsible for supplemental feeding of the hives. 7. The PGRU will not be responsible for medical treatment of the hives. 8. The PGRU will not be responsible for the condition of the bees and hives at the end of each season. INSPECTION AND ACCEPTANCE REQUIREMENTS - Contract award is provisioned upon successful inspection of Contractor facilities and hives as determined by PGRU. PGRU is responsible to determine if the facilities and hives are acceptable. Within two weeks after each delivery, the COTR will notify the Contractor if any of the hives do not meet the requirements of active, healthy hives with viable queens free of Africanized colonies. Upon such notification, the Contractor shall replace the rejected hives within one week. TECHNICAL SPECIFICATIONS - The Contractor shall: 1. Furnish and deliver active bees in good condition in five-frame nuclear beehives for pollination of these crops in mesh-covered cages (12 x 12 ft. up to 12 x 48 ft. in size), active, and with viable queen to ensure adequate pollination activity. 2. Provide live hives, guaranteed to be healthy, active with a viable queen. Hives shall be free of pathogens or pests. Hives shall also be free of Africanized colonies. 3. Remove and replace dead, sick or inactive hives with healthy hives upon telephone notification by Contracting Officer?s Technical Representative (COTR). The Contractor shall provide replacement bees and/or hives in accordance with the specifications, with one week notification by the COTR. 4. Provide no less than 160 and no more than 220 hives per season, as determined by the COTR. The COTR will notify the Contractor by telephone not later than March 1 of each year the exact number of hives required. 5. Deliver 1/3 of the hives for the contract period on or around April 30 of each year, 1/3 of the hives for the contract period on or around May 31 of each year, and 1/3 of the hives for the contract period on or around July 15 of each year. Should the delivery dates fall on a Saturday, Sunday, or Federal holiday, then the next business day shall be the actual delivery date. 6. Deliver the hives to the USDA, ARS, Wellington Farm at 2939 Pre-Emption Road, Geneva, NY 14456. The Contractor shall place hives in apiary grounds as directed by the COTR. 7. The Contractor shall retain all honey produced from the hives at their own expense. The collection method shall be approved by the COTR. DELIVERABLES - The Contractor shall deliver the beehives (F.O.B. Destination), to the USDA facility at the Wellington Farm, 2939 Pre-Emption Road, Geneva, NY 14456. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays. The item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding Federal holidays. All shipments shall identify the purchase order number on the label. The items to be furnished hereunder shall be labeled with the purchase order number or the name of the credit card holder and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. The Government shall not be responsible for offloading the shipment. ADDITIONAL QUOTATION INFORMATION - Facsimile quotations are acceptable. See attached clause C.4, 52.214-31, facsimile number is (607) 255-2459. After faxing please call to confirm receipt of fax to Rebecca Coulter at 607-255-2448. The provision at 52-212-1, Instruction to Offeror's - Commercial Items, applies to this acquisition and is amended as follows: 1. Item (b) Submission of Offers is amended to include the following: Item (b) Submission of Offers is amended to include the following: 1. Submit your offer, acknowledgment of amendments (if any), Standard Form 1449-Page 1: Blocks 12 and 17a; Page 2: Block 17b; Page 3: Blocks 30a, 30b and 30c; the Schedule of Items (A.2) and provide information required in the following Sections: Descriptive Literature (A.6); Other Offeror's Information (C.2), Evaluation Information (D.2), and the Certifications at FAR 52.212-3 (C.3) to USDA, ARS, NAA, USPSNL, US Plant, Soil & Nutrition Lab, Purchasing Office, Tower Road, Ithaca, NY 14853, Attn: Rebecca Coulter. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. 2. OTHER OFFEROR'S INFORMATION: A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). Our company [ ] does, [ ] does not accept a Government Convenience Check. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-2 - The following evaluation criteria are included in paragraph (a) of that provision: 1) Technical Capability, 2) Past Performance, and 3) Price. Technical and past performance, when combined, are more important than price and will be scored on a "Pass/Fail" basis. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is technically acceptable, conforming to the solicitation and the lowest priced offer inclusive of all line items price. Past performance shall only be checked if the lowest offeror. 1. TECHNICAL CAPABILITY OF THE FIRM - Each offeror is required to furnish descriptive literature to show how the offered item is in compliance with the statement of work or how it exceeds the statement of work. Contract award is provisions upon successful inspection of Contractor facilities and hives as determined by PGRU. PGRU is responsible to determine if the facilities and haves are acceptable. 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. An offeror's lack of performance history may be met if their predecessor companies, relevant affiliates, key personnel or major subcontractors have relevant past performance information. 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 were awarded within the past three (3) 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. Item (description) purchased. 4. Date of contract. 5. Type of service contract and period of performance. 6. Information related predecessor companies, relevant affiliates, key personnel and major subcontractors who have relevant past performance. 7. 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 - Price includes all supplies, materials, labor, delivery of bee hives, any replacements required of bees or hives and removal costs. Offeror's shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-4 is amended to include the following clauses by reference: 1. Item (a) AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. (a) The Contracting Officer Technical Representative (COTR) will inspect and accept the supplies to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at the field site: USDA, ARS, NAA, PGRU, Wellington Farm, 2939 Pre-Emption Rd., Geneva, NY 14456. 2. Item (g) Invoice is amended to include the following: INVOICES - A. An original invoice shall be submitted after delivery and acceptance of all items, by the COTR. Send the invoice to Rebecca Coulter (see below) and includes at a minimum the following information: 1. Name of business concern, invoice number and invoice date. 2. Tax Identification Number. 3. Contract Number. 4. Description, price, and quantity of items (s) actually delivered. 5. Shipping and payment terms. 6. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. 7. Discount Terms. All invoices shall be submitted to: USDA, ARS, NAA, US Plant, Soil & Nutrition Lab, Purchasing Office, Tower Road, Ithaca, NY 14853, Attn: Rebecca Coulter. If order is paid by Government Visa Credit Card, the Contractor shall provide a copy of the packing slip and a Visa charge receipt to the Cardholder. All information shall be submitted to the above address. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6; 52.219-6; 52.219-14; 52.222.3; 52.222-19, 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.232-33; 52.232-36; and 52.247-64. FAR Clause 52.212-5 is amended to include the following clauses by reference: 52.204-4; 52.214-31 (fax number 607-255-2459); 52.214-34; 52.214-35; 52.217-6; 52.217-7 (30-60 days); 52.217-8; 52.217-9 (14 days); 52.232-18; 52.232-19 and 52.237-2; 52.242-17; 52.246-20; and 52.247-34. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/index.html and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html. Responses are due on MARCH 6, 2007 by 11:00 a.m. local time and may be faxed to the USDA, ARS, NAA, USPSNL, US Plant, Soil & Nutrition Lab, Purchasing Office, Tower Road, Ithaca, NY 14853, Attn: Rebecca Coulter. ADDITIONAL QUOTATION INFORMATION - This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offeror's will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offeror's responsibility to monitor the site for release of the solicitation and any related documents. This information must be faxed to the Rebecca Coulter, Point of Contact at (607) 255-2459 and reference Solicitation No. RFQ 02-2328-2007.
 
Place of Performance
Address: USDA, ARS, NAA, PGRU, Wellington Farm, 2939 Pre-Emption Rd., Geneva, NY
Zip Code: 14456
Country: UNITED STATES
 
Record
SN01236568-W 20070224/070222220246 (fbodaily.com)
 
Source
FedBizOpps 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.