Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
DOCUMENT

99 -- SAMPLE HAULER - BIRMINGHAM ROUTE 1 - Solicitation 1

Notice Date
5/22/2008
 
Notice Type
Solicitation 1
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of Agriculture, Agricultural Marketing Service, Cotton Program, 3275 Appling Road, Room 1, Memphis, Tennessee, 38133
 
ZIP Code
38133
 
Solicitation Number
AG-4740-S-08-0022
 
Point of Contact
Amanda J. Stollings,, Phone: 901-384-3310
 
E-Mail Address
amanda.stollings@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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, BIRMINGHAM CLASSING OFFICE located at 100 CAHABA VALLEY PARKWAY WEST, PELHAM, ALABAMA 35124. 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 June 05, 2008 BY 10:00 a.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 (NOV 2007); 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 (FEB 2008); 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); 52-216.24 Limitation of Government Liability (Apr 1984); (Oct 1997). Offerors must include a complete copy of 52.212-3, Offerors Representations and Certifications - Commercial Items (Nov 2007) with their quote. The Department of Labor Wage Determination 05-2003 REV (5) 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) Experience Working in the Cotton Industry; (2) Quality of Product or Service; (3) Problem Resolution; (4) Timeliness of Performance; (5) Business Relations/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 or be registered in ORCA (Online Representation and Certification) at https://orca.bpn.gov/; a brief description describing their company and their experience in the cotton industry; 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 Stollings, 3275 Appling Road, Room 1, Memphis, Tennessee 38133. Quotes shall be submitted based on cost per sack: __________. Estimated number of sacks for Route 1 is 3,960 sacks. If an offeror's 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 offeror's 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
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b31b070a5488e47657ca91692802fe0d&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Wage Determiation 05-2003 Rev.No. 5 (WAGE RATES B'H'A'M.PDF)
Link: https://www.fbo.gov//utils/view?id=b60991281d4708ee8d5cb1a37f91f4fd
Bytes: 474.14 Kb
 
File Name: Past Performance Questionnaire (PAST PERF QUES.PDF)
Link: https://www.fbo.gov//utils/view?id=64c581455437bf3be60aff6dc2458105
Bytes: 110.25 Kb
 
File Name: Maps and Specifications (B'HAM RT 1.PDF)
Link: https://www.fbo.gov//utils/view?id=6288de34d26f109171d362d0a32466c1
Bytes: 438.96 Kb
 
File Name: Reps and Certs (REPS & CERTS .PDF)
Link: https://www.fbo.gov//utils/view?id=fb9f7631172c20f484155e02d722af62
Bytes: 611.68 Kb
 
File Name: SF-1449 (SF1449 PELHAM RT 1.PDF)
Link: https://www.fbo.gov//utils/view?id=d2fde96e3b2843cc6d78422f0d557cb8
Bytes: 66.49 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USDA, AMS, Cotton Program, Birmingham Classing Office, 100 Cahaba Valley Parkway West, Pelham, Alabama, 35124, United States
Zip Code: 35124
 
Record
SN01579355-W 20080524/080522220746-b31b070a5488e47657ca91692802fe0d (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.