Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
MODIFICATION

68 -- Purchase and deliver insecticide

Notice Date
3/2/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q1300100030
 
Response Due
3/11/2010
 
Archive Date
3/2/2011
 
Point of Contact
Brian Peck Purchasing Agent 6055743132 Brian_L_Peck@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO ESTABLISH THE MINIMUM AND MAXIMUM ORDER QUANTITY. THE CHANGE IS DESCRIBED UNDER THE HEADING "ORDERING." 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q1300100030 and is issued as a Request for Quotation. This acquisition is set aside for small business concerns. The NAICS code is 325320; the associated small business size standard is 500 employees. The government intends to award a Firm Fixed Price Indefinite Delivery /Indefinite Quantity Contract as a result of this solicitation. DESCRIPTION: Delta Dust Insecticide,.05% of deltamethrin. This is a brand name requirement. The Contracting Officer has approved a limited source justification for this acquisition. The brand name specified is the only product approved for use by the Environmental Protection Agency (EPA) and National Park Service (NPS). PACKAGING: The chemical shall be in jugs of 5 pounds each that allow for easy handling and transport. QUANTITYMinimum: 600 ContainersMaximum: 2,300 Containers The minimum quantity is guaranteed. Pricing for additional product shall be at the same price unless otherwise specified in the quote. The performance period is 4/1/2010 - 9/30/2010. ORDERINGEach order placed shall be at least 100 containers and no more than 600 containers. The initial order is for 600 containers and shall be considered a placed order at the time of award. Subsequent orders against this contract may be placed by telephone, e-mail, or fax, as mutually agreed upon with the contractor. Orders may only be placed by the Contracting Officer. DELIVERYDelivery terms are FOB Destination. The product shall be delivered within 14 calendar days of the order. Notification is required 24 hours prior to delivery. SHIP TO:USFSWall Ranger District708 Main St.Wall, SD 57790 PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference. Full text versions can be found at http://www.arnet.gov/far: FAR 52.212-1 Instructions to Offerors - Commercial ItemsFAR 52.212-4 Contract Terms and Conditions - Commercial Items Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items. The clause at 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses also apply: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).52.223-3 Hazardous Material Identification and Material Safety Data, Alternate 1. PLACE OF MANUFACTURE (SEPT 2006) (a) Definitions. As used in this clause- " Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) Outside the United States. SUBMITTING QUOTES: Questions regarding this solicitation must be submitted in writing to the point of contact below. All vendors must be registered in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Quotations must be received no later than March 11, 2010, 2:00 PM Mountain Time. Quotes will be accepted via email or fax. Submit quotes to: Brian Peck MWR NEKOTA MABO24290 Doane Mountain RdKeystone, SD 57751Email: BRIAN_L_PECK@NPS.GOVFAX: 605-574-9077 The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1300100030/listing.html)
 
Place of Performance
Address: USFS, Wall ranger District, 708 Main Street, Wall, SD 57790
Zip Code: 5775
 
Record
SN02080844-W 20100304/100302235359-fda69cedee5d90c25a570769df0cafd2 (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.