Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

87 -- U.S. Meat Animal Research Center Fertilizer

Notice Date
2/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
325311 — Nitrogenous Fertilizer Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acqusition Branch (DC), 1280 Maryland Avenue, SW, Suite 580C, Washington, District of Columbia, 20024-2142
 
ZIP Code
20024-2142
 
Solicitation Number
AG-3K06-S-09-0003
 
Response Due
2/27/2009 5:00:00 PM
 
Archive Date
3/14/2009
 
Point of Contact
Jennifer M. Crouse, Phone: 2026903481
 
E-Mail Address
jennifer.crouse@ars.usda.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-3K06-S-09-0003 and is issued as a Request for Quote (RFQ). This acquisition is being issued as a 100% Service-Disabled Veteran-Owned (SDVO) Small Business Set-Aside. The Small Business Administration (SBA) has granted a waiver of the Nonmanufacturer Rule so the SDVOSB may supply products produced by any size manufacturer. The small business size standard is 1,000 employees and the North American Industry Classification Code is 325311. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) Circular 2005-05. The USDA, Agricultural Research Service, U.S. Meat Animal Research Center, Clay Center, Nebraska, has a requirement for four (4) line items of fertilizer. Price to include delivery to the USDA, ARS, U.S. MARC, State Spur 18D, Building 98, Clay Center, NE, 68933. Quantities are estimated and may vary by +/- 20%. Deliveries shall occur on an as-needed basis within 48 hours of the Government’s request. Inspection, acceptance and FOB point are destination. Line items must meet the following specifications: LINE ITEM 01: UREA, 46-0-0. Granular, free flowing, not prilled. For use in dry land and irrigated forage production. Quantity: 700 tons (+/- 20%). The Contractor shall deliver Urea on an as-needed basis. The delivery will be contingent upon weather conditions. Deliveries shall be made with pneumatic truck trailers in the approximate amount of 25 tons per delivery and placed in Government storage tank at Building 98. Estimated delivery dates are March 15, 2009 through May 30, 2009. LINE ITEM 02: MONOAMMONIUM PHOSPATE (MAP) 11-52-0. For fertilization of corn and alfalfa/grass acres. Quantity: 50 tons (+/- 20%). The Contractor shall deliver Monoammonium Phosphate on an as- needed basis. The delivery will be contingent upon weather conditions. Deliveries shall be made with pneumatic truck trailers in the approximate amount of 25 tons per delivery and placed in Government storage tank at Building 98. Estimated delivery dates are March 15, 2009 through May 30, 2009. LINE ITEM 03: UREA AMMONIUM NITRATE, 32% UAN, 32-0-0. For post-emerge fertilization of irrigated corn and irrigated pastures. Quantity: 180 tons (+/- 20%). The Contractor shall deliver Urea Ammonium Nitrate solution to Government storage facility located at Building 98 (5,000 gallon storage capacity). Deliveries shall be made on an as-needed basis and shall be no greater than 25 tons. In accordance with standard industry practice, the Contractor shall furnish six (6) 1,000 gallon tank wagons with 2” distribution lines and transfer pump in order to transfer the liquid fertilizer to and from the storage tanks. Estimated delivery dates are June 1, 2009 through September 30, 2009. LINE ITEM 04: ANYHDROUS AMMONIA, NH3, 82-0-0. For fertilization of irrigated corn. Quantity: 120 tons (+/- 20%). The Contractor shall deliver Anhydrous Ammonia on an as needed basis. Deliveries shall be made in the approximate amount of 21 tons per delivery and placed in Government storage tank at Building 98 (75 ton storage capacity). Estimated delivery dates are March 15, 2009 through May 15, 2009. This acquisition is being conducted using “best value” commercial item procedures, considering price, technical specifications, and past performance. Proposals must be prepared in two parts: Price Quotation and Past Performance. In order to be considered for award, offerors shall provide a quotation on company letterhead and include the bid schedule detailing the unit pricing per ton and extended pricing. Offerors shall provide past performance information to demonstrate the ability to perform the proposed contract by listing two (2) examples of previous work that is similar and has been performed within the last three calendar years. Offerors shall provide the following information for each: a.A brief description of contract similarity. b.The contract number, type, dollar value and period of performance. c.The names, addresses, telephone and fax numbers of the contracting organization, Government Project Officer(s) and Contracting Officer(s). Indicate who should be contacted to discuss past performance. 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; 52.219-27 Notice of Total Service-Disabled Veteran-Owned 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 February 27, 2009 at 5:00 PM EST at the Agricultural Research Service, Acquisition and Property Division, ATTN: Jennifer Crouse, 1280 Maryland Ave., SW, Suite 580C, Washington, DC 20024-2142. Faxed and e-mailed offers are acceptable; however, it is the responsibility of the offeror to verify receipt of faxed or e-mailed documents. Offers may be faxed to Jennifer Crouse at (202) 720-3487 or emailed to Jennifer.Crouse@ars.usda.gov. For more information regarding this solicitation, please contact Jennifer Crouse, (202) 690-3481.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=abf3f30b59353b33d313804db84bf9e0&tab=core&_cview=1)
 
Place of Performance
Address: USDA, ARS, U.S. Meat Animal Research Center, State Spur 18D, Building 98, Clay Center, Nebraska, 68933, United States
Zip Code: 68933
 
Record
SN01754295-W 20090222/090220215351-abf3f30b59353b33d313804db84bf9e0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.