Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

99 -- SAMPLE HAULERS - ABILENE TX - EAST ROUTE

Notice Date
5/16/2007
 
Notice Type
Modification
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of Agriculture, Agricultural Marketing Service, Cotton Program DC, Room 2641, South Building 1400 Independence Avenue, SW, Washington, DC, 20250, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-4740-S-07-0010
 
Response Due
5/18/2007
 
Archive Date
6/2/2007
 
Point of Contact
Beverly Brown, Financial Management Specialist, Phone 202-205-7898, Fax 202-690-1718, - Beverly Brown, Financial Management Specialist, Phone 202-205-7898, Fax 202-690-1718,
 
E-Mail Address
BeverlyS.Brown@usda.gov, BeverlyS.Brown@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS AMENDED TO CHANGE THE DUE DATE FOR PROPOSALS FROM MAY 18, 2007 TO MAY 22, 2007 AT 1:00 PM CENTRAL TIME. SEE REVISED SPECIFICATIONS. The USDA, Agricultural Marketing Service (AMS), Cotton Program (CP) intends to procure the following: Pickup of Cotton Samples from Gins and Warehouses at points shown in the specifications listed below and delivery of sacks to USDA, AMS, COTTON PROGRAM ABILENE CLASSING OFFICE located at 24 Windmill Circle, Abilene, TX 79606. This procurement will be awarded as a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract with a guaranteed minimum of 100 sacks. QUOTATIONS ARE DUE May 18, 2007 BY 1:00 p.m. central time. Simplified acquisition procedures will be used as well as commercial item acquisition regulations per FAR 12. 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 SOLICITATION WILL NOT BE ISSUED. 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 (AGAR) can be accessed on the internet at http://www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar/html. THIS IS A 100% Small Business Set-Aside using NAICS code for this procurement 484220 with a small business size standard is $21.5 million. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial Items (SEP 2006); 52.212-2, Evaluation ? Commercial Items (JAN 1999); 52.212-4, Contract Terms and Conditions ? Commercial Items (FEB 2007); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (MAR 2007); FAR 52.204-6, Data Universal Numbering System (DUNS Number) (Oct 2003); FAR 52.204-7, Central Contractor Registration (July 2006); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402): Prohibition of Segregated Facilities 52.222-21; Equal Opportunity 52.222-26; equal opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 5.222-36; Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans 52.222-37; Service Contract Act of 1965, as amended 52.222-41; Statement of Equivalent Rates for Federal Hires 52.222-42; Restrictions on Certain Foreign Purchases 52.225-13; Installment payments on Commercial Items 52.232-30; Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-33; 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.233-4; Applicable Law for Breach of Contract Claim (Oct 2004) (Pub L. 108-77, 108-78); 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantage Business Concerns (Sept 2005); 52-216.24 Limitation of Government Liability (Apr 1984); 52.216-25 Contract Definitization (Oct 1997). Offerors must include a complete copy of 52.212-3, Offerors Representations and Certifications ? Commercial Items (Nov 2006) with their quote. The Department of Labor Wage Determination 05-2517 REV (03) applies to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. Past Performance is the most important factor. Past Performance subcriteria will include: (1) Quality of Product or Service; (2) Problem Resolution; (3) Cost Control; (4) Timeliness of Performance; (5) Business Relations and (6) Customer Service. The Government will use all available resources and information available in doing the evaluation for past performance. Offerors responding to this solicitation must submit the following: A signed SF-1449; completed Offerors Representations and Certifications; a list of 3 or more references for the same or similar services. The reference list must include the contract number, name, address and phone number with whom the contract is with, a brief description of services provided, estimated dollar amount for the contract. The attached Reference Questionnaire must be completed by each reference listed. The reference must then mail the reference questionnaire to the contracting officer at the following address: Amanda Stolling, 3275 Appling Road, Memphis, Tennessee 38133. Quotes shall be submitted based on cost per sack: $____________. Estimated number of sacks for EAST Route is 5,000 sacks. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. For additional questions concerning the routes or the bidding process, equipment required, or insurance requirements please call the Contracting Officer, Amanda Stollings @ 901-384-3310 or via e-mail at Amanda.Stollings@usda.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-MAY-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Record
SN01297302-W 20070519/070517222031 (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.