Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOLICITATION NOTICE

68 -- Hexanol Lures and Manuka Oil Lures - SF1449

Notice Date
1/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
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-13-0002
 
Archive Date
4/30/2013
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208, Margie P Thorson, Phone: 612-336-3209
 
E-Mail Address
carol.dingess@aphis.usda.gov, Margie.P.Thorson@usda.gov
(carol.dingess@aphis.usda.gov, Margie.P.Thorson@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 SF1449 Interested Vendors please complete and return THIS SOLICITATION IS BEING ISSUED IN ACCORDANCE WITH FEDERAL ACQUISITION PROCEDURES 12.3 and Contracting by Negotiation FAR PARTS 15.1 and 15.3 PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. The Government intends to make its award decisions by selecting the proposal that represents the best value to the Government. FAR 2.101 defines "best value" as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In this acquisition, the Government will obtain best value by using the Tradeoff Process source selection approach defined at FAR 15.101-1; i.e., an approach which permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Per FAR 52.212-1 offerors that fail to submit all the information necessary to evaluate their proposal with their initial proposal may be determined to be nonresponsive and no longer considered for award. This solicitation is a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 325320 - Pesticide and Other Agricultural Chemical Manufacturing. This requirement is a total small business set aside. The small business size determination for this NAICS Code is 500 Employees. ITEM DESCRIPTIONS AND QUANTITIES The United States, Animal Plant Health Inspection Services, Plant Protection and Quarrantine Facility in Edinburg TX is in need of a Firm Fixed Priced Indefinite Quantity/Indefinite Delivery Contract for Hexanol Lures and Manuka Oil Lures for a base period and 4 option periods. Hexanol Lure - Estimated Maximum Annual Quantity - 75,000 Manuka Oil Lure - Estimated Maximum Annual Quantity - 50,000 The requested supplies are needed to equip program personnel to detect and monitor EAB pest infestations. The lure-baited traps are a primary detection tool used to delimit, and survey the extent of the pest infestation. Without these lure dispensers and traps defining the infestation might not be possible. The ultimate cost to the States which become infested could lose billions of dollars in forest products, and quarantines imposed by state and federal agencies may have dire consequences for plant and wood products industries. Severe damage would also occur within the tourist industry. BID SAMPLES REQUIRED FOR EVALUATION Interested Vendors will be required to submit 50 samples of both Hexanol and Manuka Oil Lures for a total of 100 sample lures free of charge to the government by 03/04/2013/ No further consideration for award will be given to any vendor who fails to submit the required samples by this date to the following location: Attention David Asher USDA APHIS PPQ 22675 N Moorefield Road Bldg 6407, Moore Air Base Edinburg, TX 78541-5033 Ref# AG-6395-S-13-0002 ** This address is for Samples Only. Do not forward solicitation/pricing proposal to Edinburg, TX Address.** EVALUATION PROCEDURES In accordance with FAR 52.212-2 Evaluation - Commercial Items; The USDA intends to award this using the FAR 15.101-1 Tradeoff process. A tradeoff process is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Quality of Product Offered, Price and Past performance are equally important. Offerors without a record of relevant past performance or for whom information on past performance is not available, will be evaluated as neutral. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). CLAUSES The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: The full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html 52.215-8 Order of Precedence-Uniform Contract Format. 52.252-2 Clauses Incorporated by Reference. 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (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 (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 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). CLAUSES IN FULL TEXT 452.211-6 Effective Period of the Contract. 52.216-18 Ordering 52.216-19 Order Limitations. 452.216-73 Minimum and Maximum Contract Amounts. 52.216-22 Indefinite Quantity. AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS PROVISIONS The selected Offeror must comply with the following Provisions, which are incorporated herein by reference. The full text of a provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.209-7 Information Regarding Responsibility Matters. 52.225-6 -- Trade Agreements Certificate. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation-Commercial Items. INSTRUCTIONS TO OFFERORS In order to have a complete proposal package, as a minimum, the proposal package must contain the following items which can be found in attachment 1: 1. 50 Sample submissions of each Hexanol and Manuca Lures for a total of 100 to APHIS/PPQ/Edinburg, TX due 7 days prior to solicitation closing date. 2. Completed form 1449 Schedule of items (See pg 1 boxes 17a & 30a,b & c, ) 3. Section B - Price Schedule for base period and 4 option periods 4. Completion of FAR Provision 52.209-7(b) Information Regarding Responsibility Matters 5. Completion of AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. 6. Completion of FAR Provision 52.225-6 -- Trade Agreements Certificate. (If applicable) 7. Completed list of Past Performance information 8. ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Any entity wishing to do business with the USDA Shall complete certifications electronically To migrate your legacy system user account, you must first create a personal account in at http://sam.gov. An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically.If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c ) through (o ) of this provision included in the solicitation. 9. ONLINE A completed Central Contractors Registration at http://sam.gov. In accordance with FAR 52.212-1 (J) Provision and & 52.212-4 (T) (1 Commercial Terms and Conditions; Any entity wishing to do business with the federal government under a Federal Acquisition Regulation (FAR)-based contract must be registered in SAM at http://sam.gov. Federal agencies may require entities be registered in SAM for additional processes. Also, consider creating a SAM account if you wish to utilize the full set of capabilities that have been developed in SAM and/or migrated from legacy systems (CCR, FedReg, ORCA and EPLS). SAM.gov contains quick start guides, webinars, a User Guide and other materials that provide all the information you need to get started using SAM. For other questions, please contact the help desk for SAM at http://fsd.gov. ****REGISTRATION IS FREE*** Any entity doing business with the Federal Government must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform Offers submitted without completion of items 1 thru 9 will be considered nonresponsive. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The U.S. Department of Agriculture is a Tax Exempt Agency. Tax ID Number: 41-0696271. Tax Exempt # 4700
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0002/listing.html)
 
Place of Performance
Address: USDA APHIS PPQ, 22675 N Moorefield Road, Bldg 6407, Moore Air Base, Edinburg, Texas, 78541, United States
Zip Code: 78541
 
Record
SN02970953-W 20130125/130123234727-b0dcc0b0936e0437fc4d2e58ee3a0c15 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.