Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOLICITATION NOTICE

87 -- Hay for Wildlife Animals Located in Fort Collins, Colorado - Solicitation Attachments

Notice Date
10/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0002
 
Archive Date
11/17/2010
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 2 - Note to Offerors, Price Schedule, Statement of Work and Specifications ATTACHMENT 1 - Form 1449 and BPA Clauses and Provisions Combined Synopsis/Solicitation (i) 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. The test program under Federal Acquisition Regulation (FAR) Subpart 13.5 authorizes the use of simplified procedures for this acquisition. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in firm-fixed price line items for a 5-year blanket purchase agreement (BPA), unless extended or terminated. (ii) The reference number is __AG-6395-S-11-0002__ and the solicitation is issued as a request for quote (RFQ). The SF-1449 Form and the detailed terms and conditions are presented in Attachment 1 to this combined synopsis/solicitation. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.acquisition.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) It is anticipated that a single BPA will be awarded. This is a restricted solicitation set aside for small businesses. The associated NAICS code for this effort is __111940__ and small business size standard is _$750,000.00 _ or less in gross annual sales. (v) This requirement consists of grass/alfalfa mix hay per the specifications in Attachment 2 for up to 5 years. The Note to Offeror is provided in Attachment 2 to this combined synopsis/solicitation. The vendor shall return a Price Quotation with offered prices along with other requested information to the contracting specialist listed below in accordance with the Note to Offeror. (vi) The product specifications for this requirement are provided in Attachment 2 to this combined synopsis/solicitation. (vii) Delivery and acceptance of deliverables will be FOB origin. Hay shall be available for pickup from Fort Collins area storage facilities within 40 miles of Fort Collins. Facility must have a loader available to load the USDA trailer on site. Two-three days notice will be given to arrange for the onsite pick up of hay. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) lowest priced, technically acceptable offer to meet the Government requirement. Technical acceptability will be judged as adequate or not adequate, and the final selection will be based on location, seasonal availability of hay, and price. In order to be considered technically acceptable, available hay must meet the quality and availability specifications outlined in Attachment 2. Final acceptance of product will be made onsite for each order to confirm that the offered hay meets the specifications. A competitive firm-fixed price BPA will be awarded to the responsible firm with the lowest priced, technically acceptable offer. Multiple BPAs may be awarded if deemed advantageous to the Government for a variety of reasons such as seasonal hay availability and seasonal fluctuations in hay quality and price. If multiple BPAs are awarded, future BPA call orders will be competed among the BPA holders based on low price, assuming technical acceptability is met. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.acquisition.gov/far/ and in Attachment 1. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The checked FAR clauses are identified in Attachment 1. (xiii) To be awarded this contract, the offeror must be registered with current information in the Central Contractor Registration (CCR) database. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiv) No applicable Numbered Notes. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Michael Chiodi, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Tuesday, __November 2, 2010___. Faxing or emailing quotes is acceptable. (xvi) The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached at michael.j.chiodi@aphis.usda.gov, (612) 336-3203, or by fax, (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0002/listing.html)
 
Place of Performance
Address: USDA National Wildlife Research Center, 4101 LaPorte Avenue, Fort Collins, Colorado, 80521, United States
Zip Code: 80521
 
Record
SN02313801-W 20101022/101020233847-72dda95d1b435cd53e4f1bb5213fe85b (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.