Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2004 FBO #0853
SOLICITATION NOTICE

68 -- Insecticides

Notice Date
3/26/2004
 
Notice Type
Solicitation Notice
 
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, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APPQWRID-0002-4
 
Response Due
4/12/2004
 
Archive Date
4/27/2004
 
Point of Contact
Jason Wilking, Contract Specialist, Phone 612-336-3210, Fax 612-370-2106,
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
 
Description
The United States Department of Agriculture (USDA), Animal and Plant Health Inspections Service (APHIS), Plant Protection and Quarantine (PPQ), anticipates a need for Dimilin 2L, Carbaryl ULV as Sevin XLR, Carbaryl selective insecticide (Bait or Bran) and Malathion insecticides approved and labeled for treatment of grasshoppers and mormon crickets on rangeland. The majority of chemical requirements are anticipated in Nebraska, Montana, Utah, California and Nevada. The following states may also have chemical requirement: Colorado, Idaho, New Mexico, Washington, North Dakota, South Dakota, Arizona and Wyoming. The NAICS code is 422910 with a small business size of 500 employees. Multiple firm fixed priced blanket purchase agreements will be awarded for the period: "the date of award" through September 30, 2004. There will be no minimum or maximum guarantee of quantities ordered. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 01-20. Applicable FAR clauses are incorporated by reference: Prompt Payment 52.232-25 (10/03); Changes--Fixed price 52.243-1 (8/87); Instruction to Offerers - Commercial Items 52.212-1 (01/04); Evaluation-Commercial items 52.212-2 (01/99); Offerer Representations and Certifications 52.212-3 (01/04); Contract Terms and Conditions-Commercial Items 52.212-4 (10/03); Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.212-5(10/03);. ALL RESPONSIBLE SOURCES THAT CAN SUPPLY THE CHEMICALS IN EACH LOCATION MAY SUBMIT A QUOTATION FOR CONSIDERATION. Award will be made to the lowest technically acceptable priced responsive responsible offerer. In proposal, please list chemical, price, volume discounts and state. Proposals are due by Friday, April 12, 2004 2:30 PM CST and may be faxed to 612-370-2106 with signed original forwarded by mail to: USDA APHIS Contracting, Butler Square West, 5th Floor, Minneapolis, MN 55403. Referenced FAR clauses can be accessed for review on the Internet at the following web site: http://www.arnet.gov/far. All offers must be signed.
 
Place of Performance
Address: Western United States
Zip Code: 12345
Country: usa
 
Record
SN00554793-W 20040328/040326211747 (fbodaily.com)
 
Source
FedBizOpps.gov 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.