Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

34 -- Cage Frames - Sunflower Cage Drawings

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-64PP-S-10-BB10
 
Point of Contact
Karen L. Reddick, Phone: 573-875-5291
 
E-Mail Address
karen.reddick@ars.usda.gov
(karen.reddick@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ANSI Pipe Schedules Cage Frame Drawings Sunflower Cage Drawings This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No. AG-64PP-S-10-BB10 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS code applicable to this acquisition is 332999. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, North Central Regional Plant Introduction Station has a requirement/need of (1) Sunflower metal cage frames. Number of completed cages to be purchased is sixty (60); and (2) Cage Frames. Number of completed cages to be purchased is twenty (20). Cages are being purchased to replace frames damaged in a recent storm. Both size of frames are made from the same type of material and must match the specifications and drawings. No deviation from these specifications will be allowed as these frames must be compatible with existing equipment. A mock-up of one fitting and a two foot length of the frame tubing must be provided by the winning quote before final acceptance of this quote. Only the winning quote need provide this mock-up sample. The sample will be inspected by Plant Introduction personnel and upon approval, the contract will be awarded. Frames are to be shipped disassembled and packaged to avoid damage in shipping. If funds permit, additional cage frames may be added to the contract. The details and specifications for the pipe and fittings are listed below and in the accompanying drawings. Each Sunflower Cage consists of: 14 each 10 foot pipe lengths 12 each 5 foot pipe lengths 2 each 5-way fittings 6 each 4-way fittings 4 each 3-way fittings Fittings for frames must be 1-1/4 inch EMT, Galvanized 1.51 inch O.D. Galvanized steel 0.065 wall thickness, and 1.38 inch I.D. Pipes extend 6 inches from connection point. All welds must be completely coated with galvanized paint to prevent premature corrosion. Pipe for frame must be 1 inch ANSI Schedule 5 galvanized steel pipe with 1.315 inch O.D. galvanized steel and 0.065 wall thickness. Each 7 foot x 7 foot x 20 foot Cage Frame consists of: 4 each 10 foot tubing lengths 9 each 7 tubing lengths 2 each 4-way fittings 4 each 3-way fittings Fittings for frames must b 1-1/4 inch EMT, Galvanized 1.51 inch O.D. Galvanized steel 0.065 wall thickness, and 1.38 inch I.D. Pipes extend 6 inches from connection point. All welds must be completely coated with galvanized paint to prevent premature corrosion. Pipe for frame must be 1 inch ANSI Schedule 5 galvanized steel pipe with 1.315 inch O.D. galvanized steel and 0.065 wall thickness. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references for the proposed requirement. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) 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://www.acquisition.gov/comp/far/loadmainre.html. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (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. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable 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; 52.225-2 Buy American Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DELIVERY TO: USDA-ARS-NADC, Ames, Iowa. QUOTE 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 60 days ARO, 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 requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & 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 or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. 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, if any. Furnish Quotes to Karen L. Reddick, Contracting Officer, USDA, ARS, MWA, 403 Vandiver Drive, Suite D, Columbia, MO 65202, no later than 2:00 p.m., August 16, 2010. Quotes and other requested documents may be provided by facsimile to (573) 449-6148 if desired as long as required sample will follow by mail. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 or email below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-64PP-S-10-BB10/listing.html)
 
Place of Performance
Address: USDA-ARS Plant Introduction Station, 1305 State Avenue, Ames, Iowa, 50014, United States
Zip Code: 50014
 
Record
SN02229778-W 20100807/100805235007-4e576929acc0c28cb192f827c716dbc9 (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.