Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

87 -- Idaho Panhandle NF, Grass Seed

Notice Date
2/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
111998 — All Other Miscellaneous Crop Farming
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Idaho Panhandle National Forest, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363
 
ZIP Code
83815-8363
 
Solicitation Number
AG-0281-S-09-0021
 
Response Due
3/4/2009 4:30:00 PM
 
Archive Date
3/19/2009
 
Point of Contact
Connie Davis,, Phone: 208-765-7496
 
E-Mail Address
cldavis@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis solicitation is amended to correct the NAICS code and business size standard. All other terms and conditions remain the same: Idaho Panhandle National Forests, Kootenai County, Idaho. This is a combined synopsis solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, and supplemental information included in this notice. THIS ANNOUNCEMENT CONSTIUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation AG-0281-S-09-0021 is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. The clauses and provisions referenced in this solicitation can be found in full text form at http://www.arnet.gov/far. This is a total set-aside for small business and the small business size standard is 500 employees. The North American Industry Classification Code is 424910. This acquisition will be made for grass seed on a Pure Live Seed (PLS) basis consisting of four line items. Quotes shall include the PLS price per pound. All must be Blue Tag Certified and meet the following specifications: LINE ITEM 01: Grass Seed, common name is Mountain Brome, Scientific name is Bromus marginatus, Cultivar Garnet. Minimum purity.90, germination.85, minimum pure live seed (PLS) rating.76. Total need is 4,000 pounds. LINE ITEM 02: Grass seed, common name is Idaho Fescue, Scientific name is Festuca idahoensis, Cultivar Winchester or Nezperce. Minimum purity.90, germination.85, Pure Live Seed (PLS) rating.76. Total need is 2,000 pounds. LINE ITEM 03: Grass Seed, common name is Slender Wheatgrass, scientific name is Elymus trachycaulus, Culitvar Pryor. Minimum purity.90, germination.85, pure live seeed (PLS) rating.76. Total Need is 2,000 pounds. LINE ITEM 04: Grass Seed, common name Bluebunch Wheatgrass, scientific name Agropyron spicatum, Cultivar Goldar or Secar. Minimum purity.90, Germination.85, Pure Live Seed (PLS) rating.76. Total need is 2,000 pounds. Offers shall also include a copy of the Seed Test Analysis from the State Certifying Lab and include Purity, Germination, TZ test, PLS Rating and USA Noxious weeds. The seed must be Blue Tag Certified by agencies found on the Association of Seed Certifying Agencies (AOSCA) list. All certified seed shall meet the AOSCA quality standard and State standards, whichever is stricter, for the State in which the seed was certified or of seed origin. Seed that is labeled SUBSTANDARD will not be accepted. A label (the analysis tag) must be attached to each bag of seed and shall include: the lot number, the name and address of the shipper, the species/variety, purity, germination/TZ test, crop seed, weed seed, inert matter, noxious weed seed (USA Noxious weed test), origin, test date, weight of the bag, reference certified lot number if company assigns a new lot number, and contract/procurement number. All test information must be current within the last 6 months. Seed bags shall not exceed 50 pounds. Bags should be palletized. All cost of transportation from the shipping point to destination point shall be paid by the Contractor and be included in the quoted price of the seed. The Contractor will be responsible for any and all damages occurring in transit. Seed delivered to the Coeur d’Alene Nursery will be tested to verify the test analysis provided. The payment decision will be based on upon test results. Seed that does not meet the specified Purity, Germination/TZ and PLS rating will be rejected. The Contractor will be required to promptly replace the seed that has been rejected within 10 calendar days. All costs for removal and replacement of the seed shall be at the Contractor’s expense. Required delivery date and location for (ALL) Line Items 1-4 is April 20, 2009 to the Coeur d’Alene Nursery, 3600 Nursery Way, Coeur d’Alene, ID 83815. Inspection will be made at the delivery point and will consist of checking conformance with specifications and quantity count. All deliveries shall be made on regular workdays (Monday through Friday) during regular business hours (7:00 a.m. to 3:30 p.m.), excluding official Federal Government holidays. Contractor shall notify the contact at delivery point a minimum of 24 hours prior to delivery. The contract award will be made to the offeror whose offer conforms to the requirements of this combined synopsis/solicitation and is determined to be the best value made to the Government, considering price, technical specifications and delivery date. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. The following FAR provisions are incorporated by reference: 52.212-1 Instructions to offerors -- Commercial Items and 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.232-36 Payment by Third Party (May 1999); 52.225-1 Buy American Act—Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR), 52.246-2 Inspection of Supplies—Fixed-Price. Offers must be received by March 4, at 4:30 p.m. Pacific Standard Time at the Idaho Panhandle National Forests Supervisors Office, ATTN: Acquisition Management, 3815 Schreiber Way, Coeur dAlene, ID 83815-8363. Faxed offers are acceptable; however it is the responsibility of the offeror to verify receipt of faxed documents. Offers may be faxed to: ATTN: Connie Davis, at 208-765-7229. For more information regarding this solicitation, please contact Connie Davis, (208) 765-7496.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2eb2d23edf806821740a5db1ab4726dc&tab=core&_cview=1)
 
Place of Performance
Address: 3600 Nursery Way, Coeur d'Alene, Idaho, 83815, United States
Zip Code: 83815
 
Record
SN01752489-W 20090220/090218220205-2eb2d23edf806821740a5db1ab4726dc (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.