Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOLICITATION NOTICE

68 -- Piscicide; North Cascades NPS Complex, Washington

Notice Date
10/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - NOCA - North Cascades NPS Complex 810 State Route 20 Sedro-Woolley WA 98284
 
ZIP Code
98284
 
Solicitation Number
Q9471101275
 
Response Due
10/25/2010
 
Archive Date
10/15/2011
 
Point of Contact
Sarah J. Welch Contract Specialist 3608547220 Sarah_welch@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
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; offers are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-46. This action is set-aside for small businesses, NAICS 325320, Exterminating Chemical Products Manufacturing, with a small business size standard of 500 employees. Note that non-manufacturer small businesses must offer the product of a small business to qualify for the set-aside. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror or offerors whose total offer is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this solicitation. BACKGROUND Antimycin was the preferred product for use in fish eradication projects at North Cascades National Park Service Complex (NOCA) in accordance with the Mountain Lakes Fishery Management Plan/EIS. This purchase is a re-procurement of piscicide previously advertised and awarded as Q/P9475095038 for antimycin; that purchase was terminated for convenience due to non-availability of the product. Our only other option is to use a product with rotenone as the active ingredient. CFT Legumine is the preferred rotenone product because it limits mortality of non-target organisms, presents less of a health risk during and following application, and all of its chemical constituents rapidly biodegrade. REQUIREMENTSCFT LegumineTM fish toxidant (active ingredient: rotenone, EPA Reg. No.: 75338-2) or equivalent; two hundred (200) gallons to be delivered in 5-gallon cans. Note: We can only accept product in 5-gallon cans. Deliver prior to May 1, 2011. OFFERING AN "EQUIVALENT" PRODUCT 1. For each item proposed, submit supporting data, including: a. Comparison of the characteristics of the proposed item with that specified. b. Changes required in other elements of the work because of the substitution. c. Name, address, and telephone number of manufacturer. d. Manufacturer's literature regarding effectiveness, biological impacts, chemical constituents, shelf-life, biodegradability, etc. e. Current Material Safety Data Sheet (MSDS) for proposed product. 2. A request for approval constitutes a representation that Offeror: a. Has investigated the proposed item and determined that it is equal or superior in all respects to that specified. b. Will provide the same warranties for the proposed item as for the item specified. c. Has determined that the proposed item is compatible with the subalpine lacustrine environments of Washington. INSPECTION, ACCEPTANCE, AND PAYMENTNPS will inspect and accept the product after delivery. Payment will be by electronic funds transfer to the bank account identified in the vendor's CCR record. Terms are net 30 days, unless a prompt payment discount is offered and accepted. PRICE SCHEDULESubmit offer for all items, as described above, noting any discounts or special pricing. Item 1: Legumine fish toxidant or equivalent, 40 five-gallon cans. Item 2: Delivery to Sedro-Woolley WA 98284. EVALUATION FACTORSOffers received by the Government will be evaluated according to the following criteria, listed in descending order of importance. Technical and past performance factors, when combined, are less important than price. NPS will select the offer(s) that represent the best overall value to the government. Refer to FAR clause 52.212-2.1)PRICE.2)TECHNICAL: How well the product matches the stated requirements. 3)PAST PERFORMANCE: Past performance of the offering vendor. INSTRUCTIONS TO OFFERORS (see also FAR clause 52.212-1)The deadline for receipt of quotes is October 25, 2010 at 4:30 pm. The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov (search for Q9471101275). Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the website. Questions regarding this solicitation must be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Prior to submission of an offer, the offeror must:1) Maintain a current profile in the Central Contractor Registration database (www.ccr.gov); 2) Have completed the online submission of annual representations and certifications (ORCA) (https://orca.bpn.gov/). OFFER CONTENTSOffers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum:1)Completed price schedule;2)Prompt payment and warranty terms; 3)Contractor remittance address and DUNS number;4)Name, phone number, e-mail, and mailing address of your point of contact; 5)A statement that CCR and ORCA are complete and current; 6)Signature of official authorized to bind your organization; and7)The proposal submittals identified below.For your offer to be fairly evaluated, include the following submittals with your offer:1)References for offering vendor;2)SF1449 or offer as detailed above; and3)Supporting data described above, if offering a proposed equivalent product.Submit offers to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 810 State Route 20, Sedro-Woolley WA 98284. You may also e-mail (sarah_welch@nps.gov) or fax (360-856-1934) your offer. CLAUSESOfferors must review and comply with the FAR provisions/clauses listed below. These clauses can be viewed at http://www.acquisition.gov/far. 1)FAR 52.212-1, Instructions to Offerors - Commercial Items; 2)FAR 52.212-2, Evaluation - Commercial Items; 3)FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 4)FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 5)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 9, 19, 20, 21, 22, 23, 25, 31, 32, 35, 40; all paragraph (d) clauses incorporated; and paragraph (e) clauses incorporated as applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9471101275/listing.html)
 
Place of Performance
Address: NA
Zip Code: 98284
 
Record
SN02311846-W 20101017/101015233905-865c31f09dbbbce369ec9710b859454f (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.