Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SPECIAL NOTICE

55 -- Notice of Intent to Make Sole Source Purchase of custom made seed storage drawers and bases to match existing units already in use

Notice Date
4/28/2008
 
Notice Type
Special Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive, Room 180, Urbana, Illinois, 61801
 
ZIP Code
61801
 
Solicitation Number
AG-518P-S-08-00
 
Response Due
5/8/2008
 
Point of Contact
Randa Plotner,, Phone: 217-244-3262
 
E-Mail Address
randa.plotner@ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address: United States Department of Agriculture, Agricultural Research Service, MidwestArea Office, Urbana, IL Location, 1101 W. Peabody Drive, Room 180, Urbana, IL 61801 Description: This is a Notice of Intent to Sole Source in accordance with FAR, Part 6.302, (C), (ii) - JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION (SOLE SOURCE) AGENCY AND CONTRACTING ACTIVITY: USDA/ARS/MWA, Soybean/Maize Germplasm, Pathology, Genetics Research Unit, Urbana, IL Location DESCRIPTION OF ACTION: USDA/ARS/MWA, DESCRIPTION OF SUPPLIES/SERVICES: USDA/ARS/MWA, Soybean/Maize Germplasm, Pathology, Genetics Research Unit, Urbana, IL Location has a requirement for additional seed storage drawers and base units to match existing units already in use in their Seed Storage Room. AUTHORITY CITED FAR Part 6.302-(ii) (A) and FAR Part 5.102-6 REASONS FOR AUTHORITY CITED. FAR Part 6.302 (ii) - Supplies may be deemed to be available only from the original source in the case of a follow-on contract or the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition. EFFORTS TO OBTAIN COMPETITION: Seed storage units must match existing units. Units are custom manufactured by Harlan and Lash. FAIR AND REASONABLE DETERMINATION. Only costs of materials have been upgraded since original drawers and base units were milled. We can go directly to the manufacturer for these additional units. MARKET RESEARCH: As previously conducted and in file INTERESTED SOURCES: N/A The storage units can be purchased directly from the manufacturer. Technical Certification: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. Research Plant Geneticist Date: 04/28/2008 Purchasing Agent Certification: I certify that the facts and representations under my cognizance which are included in this justification are accurate and complete to the best of my knowledge and belief. Name, Randa Plotner, Purchasing Agent Date: 04/28/2008 THE SALIENT CHARACTERISTICS: The equipment must meet or exceed the following statement of work and minimum specifications: Statement of Work: USDA/ARS, Soybean/Maize Germplasm Pathology Genetics Research Unit, Urbana, IL Location has a requirement for follow-on custom made seed storage drawers and bases for use in their Seed Storage Room. The drawers and bases must match existing units already in place in the room. The drawers and bases will be used to store samples in the same manner as those already stored in the facility. Additional units must be an exact match for those already being used for storage in the Seed Storage Room and are custom built to specification. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://acqnet.gov/far. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov ); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://acqnet.gov/far SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acqnet.gov/far. DELIVERY TO: USDA/ARS, 1102 S. Goodwin Ave., Urbana, IL 61801. PROPOSAL PRICE MUST INCLUDE any freight or shipping as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance are (i) technical capability of the item offered to meet the Government's requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important that price. EVALUATIONS & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation is determined most advantageous to the government, cost and other factors considered. Each quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotes to Randa Plotner, Purchasing Agent, USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than May 8, 2008. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to randa.plotner@ars.usda.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b28dd34b18170532947a1edb771e2328&tab=core&_cview=1)
 
Place of Performance
Address: USDA/ARS, 1102 S. Goodwin Ave., Urbana, Illinois, 61801, United States
Zip Code: 61801
 
Record
SN01561960-W 20080430/080428214957-b28dd34b18170532947a1edb771e2328 (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.