Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

87 -- Seed Corn Field 44A & 34CD - RFQ

Notice Date
11/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111150 — Corn Farming
 
Contracting Office
Agricultural Research Service - Plains Area
 
ZIP Code
00000
 
Solicitation Number
AG-6538-S-17-0019
 
Archive Date
12/24/2016
 
Point of Contact
Donita J. Furman, Phone: 402-762-4145
 
E-Mail Address
donita.furman@ars.usda.gov
(donita.furman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotation The USDA, Agricultural Research Service (ARS), U.S. Meat Animal Research Center (USMARC) is requesting corn hybrid varieties for the 2017 cropping season. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2001-24), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 111150. The Solicitation number AG6538S170019 is issued as a Request for Quotation (RFQ). The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order. See attached bid sheet Please fill out the bid sheet and email to donita.furman@ars.usda.gov or fax to 402-762-4148 no later than 2 p.m. on December 9, 2016. Contract Line Item Number (CLINs): CLIN 001 - All hybrids/varieties recommended should be yield proven (no experimental hybrids) in area test plots. A description of the recommended hybrids/varieties with supporting plot data should be included with bids. Individual hybrid/variety characteristics ratings, not provided in seed guide, should be described in each field's comment section. Field descriptions include a minimum request for insect resistance via GMO's. Additional or amplified events may be bid. Additional benefits of recommended hybrid will be considered when accepting or determining winning hybrid. Seed deliveries can be made as soon as you have been notified of award. Deliveries need to be made by no later than April 1, 2017 SAM: Vendor must be registered in the System for Award Management prior to the award of the contract. You may register by going to www.sam.gov. You will need to have your Tax ID, DUN & Bradstreet number and banking information. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This is a Buy Best Value acquisition. The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose quote is conforming to the solicitation and represents the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS FOR AWARD 1. Past Performance -Quotes will be evaluated based on the offeror's past performance as provided by the offeror's references. 2. Yield data 3. Genetic Diversity 4. GMO Events 5. Plant Characteristics 6. Price-The quoted price is fair and reasonable. NOTE: All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factors and sub-factors are prioritized in the following order of importance (i.e. most important first, least important last) for award evaluation. The Government will evaluate quotes for award purposes, considering the evaluation factors above, and will award to that offeror whose proposal represents the best value to the Government. All sources wishing to provide a quotation must respond by 2:00 PM, December 9, 2016. Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC - Donita Furman, Contract Specialist, 402-762-4145. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the company's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48f689ea8e8fd63b3e236f8e0e436191)
 
Place of Performance
Address: State Spur 18D Bldg 1, Clay Center, Nebraska, 68933, United States
Zip Code: 68933
 
Record
SN04338169-W 20161201/161129234256-48f689ea8e8fd63b3e236f8e0e436191 (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.