Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
MODIFICATION

87 -- Grass Hay Cube

Notice Date
8/31/2010
 
Notice Type
Modification/Amendment
 
NAICS
111940 — Hay Farming
 
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-5114-S-10-BB24
 
Point of Contact
Georgetta C Stonewall, Phone: (309) 681-6624, Constance F. Williams, Phone: 3096816118
 
E-Mail Address
georgetta.stonewall@ars.usda.gov, connie.williams@ars.usda.gov
(georgetta.stonewall@ars.usda.gov, connie.williams@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS AMENDMENT CHANGES THE SET ASIDE FROM SMALL BUSINESS TO FULL AND OPEN. DUE DATE FOR QUOTES IS SET FOR SEPTEMBER 7, 2010. 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 AG-5114 S-10 BB24 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 44. The North American Industry Classification System (NAICS) code is 111940; small business size standard is 500 employees. The USDA, ARS, NADC, Ames, IA has a requirement/need for Grass Hay Cubes. The award will be for a contract period starting October 1, 2010 through September 30, 2011 for a fixed price, indefinite delivery/indefinite quantity (IDIQ) type contract. MINIMUM/MAXIMUM ORDERS: Minimum services to be rendered will not be less than $1,000 for the contract. The maximum amount of services to be rendered shall be no more than $50,000 for the contract. Delivery orders will be issued against the resultant contract. The contractor shall perform no work prior to receipt of a delivery order. Delivery orders may be made by telephone, fax, email, or in writing by the Contracting Officer (CO) or other person authorized by the CO at time of award. Each order placed will be for a minimum of twenty (20) tons and must be delivered within ten (10) working days from placement of order. TECHNICAL SPECIFICATIONS including shipping, delivery, performance and acceptance: See attached information for complete specifications. INFORMATION TO BE INCLUDED IN QUOTATIONS - In order to be considered for award Offerors shall provide: 1) Completed SF 1449 (attached), signed and dated with price information (DUNS number should be included in block 17a along with complete company name and address). 2) At least 3 to 5 references for the proposed product. References must have received the proposed product within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product 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 (copy is attached) or be registered at Online Representation and Certification Application (ORCA) website at http://orca.bpn.gov. REJECTION OF PROPOSAL: 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 provisions and clauses that apply to this acquisition can be found in full text at http:/acquisition.gov/comp/far/index.html. (NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) FOR APPLICABLE FAR CLAUSES AND PROVISIONS REQUIRED IN FULL TEXT - SEE ATTACHMENT. 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. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. 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 Proposals to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., SEPTEMBER 7, 2010. Proposals and other requested documents may be provided by facsimile to (309) 681 6683 if desired. Additional information may be obtained by contacting the Contracting Officer at Georgetta.Stonewall@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-10-BB24/listing.html)
 
Place of Performance
Address: USDA, ARS, MWA, National Animal Disease Center (NADC), 2300 Dayton Avenue, Bldg 13, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02261727-W 20100902/100831235439-88c35313ed685005e7835878be71d85e (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.