Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
SOLICITATION NOTICE

56 -- Polypropylene plastic fencing

Notice Date
1/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product 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-16-786112
 
Archive Date
3/3/2016
 
Point of Contact
Kim Yen Thi Nguyen, Phone: 6123363602
 
E-Mail Address
kimyen.nguyen@aphis.usda.gov
(kimyen.nguyen@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. Simplified acquisition procedures will be followed. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a fixed price Purchase Order 2. Please reference AG-6395-S-16-786112 and this combined synopsis/solicitation is issued as a request for quotation (RFQ) and will result in a firm-fixed-price contract. 3. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-82, effective 07 May 2015. 4. This combined synopsis/solicitation is being issued as small business set-aside. The NAICS Code is 326199: All Other Plastics Product Manufacturing. The Small Business size standard for this NAICS code is 750 employees. 5. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health and Inspection Service (APHIS) Wildlife Services (WS) located in Wisconsin. The objective of this procurement is to obtain Polypropylene plastic fencing used to replace damaged fences caused by white-tailed deer, Wild turkeys, Canada geese, or Elk throughout Wisconsin. 6. REQUIREMENT AND LINE ITEM PRICING: The contractor shall provide a firm fixed price for Polypropylene plastic fencing. Fence requirements are listed below: Polypropylene plastic fencing rolls with UV protection, 6' x 330' roll, hole size 1.75" x 1.96" strength 450 pounds per square foot horizontal by 610 pounds per square foot vertical. Total of 250 rolls delivered to 2 locations: 100 Rolls - delivered to 1201 Storbeck Drive Waupun, WI and 150 Rolls - delivered to 3654 Nursery Road Rhinelander, WI 7. Special Requirements: Lift gate required for delivery to be included in cost. Neither location has capability of unloading truck without the lift gate; there are no loading docks or forklifts available at either location. Call 24 hours prior to delivery to assure that someone is available to received delivery at both locations. No other security clearance, travel or special knowledge required. 8. Period of Performance: On or before April 1st, 2016 as needed/requested. Deliveries may continue up until September 1, 2016. 9. i. Contractor shall submit the following items: a. Quote for all costs including shipping costs to furnish Polypropylene plastic fencing rolls b. literature/specifications/details of product quoted c. Printed copy of the first page of the SAM listing, or a DUNS number if the SAM application is in progress. ii. If a contractor's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the contractor quote, thereby making n contractor ineligible for award. 10. The provision 52.212-2 Evaluations - Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote is the lowest priced technically acceptable offer. Quotations will be evaluated in accordance with FAR Part 13, Simplified Acquisition Procedures. Award will be made to the lowest priced technically acceptable offer. 11. The following FAR Provisions apply to this Solicitation. Offers submitted without completion of required Certifications, Representations, and Provisions at the time of submission may be considered nonresponsive. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR Clauses apply to this Solicitation and resulting award. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (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 (Jan 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). 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-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS 12. Amendments, if issued, will be posted to this site. Quoters must include acknowledgement of any amendments with their quote. 13. Quotations are due no later than 12:00 p.m. (Central time) on February 17th, 2015. Quotations must be submitted BY EMAIL ONLY to: Kimyen Nguyen, Contracting Specialist at kimyen.nguyen@aphis.usda.gov Point of Contact for inquiries: Kimyen Nguyen, Contracting Specialist at kimyen.nguyen@aphis.usda.gov or (612) 336-3602
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-16-786112/listing.html)
 
Place of Performance
Address: Multiple Locations, Wisconsin, United States
 
Record
SN04003901-W 20160130/160128234643-990fcac1ef451f63db46069bb2350670 (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.