Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2004 FBO #1034
SOLICITATION NOTICE

87 -- Prairie Grass Mix, 2,000 pounds, amber wave prairie grass mix for dry soil item #50048; and Annual Rye nurse crop, 3,000 pounds, Lolium Multiflorum 2 oz. seeding rate.

Notice Date
9/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
111998 — All Other Miscellaneous Crop Farming
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA04T0060
 
Response Due
9/29/2004
 
Archive Date
11/28/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in Subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W911SA-04-T-0060 is issued as a Request for Quotation (RFQ) and is due by COB 29 Sep 04. The RFQ is a small business set-aside, the SI C code is 0139, the NAICS code is 111998, and the small business size standard is $750,000. CLIN 0001 2,000 Pounds Prairie Grass Mix, Amber wave prairie grass mix for dry soilsitem #50048 18 x 30 x 8 Boxes; CLIN 0002 3,000 Pounds Annual Rye nurse crop, Lolium Multiflorum 2 oz. seeding rate. Specifications for Native Grass Seed and Cover Crop: a. At minimum 5 native grass species from following species  Big bluestem, little bluestem, Indiangrass, Canada wild rye, sideoats grama, switchgrass, in a bal anced mixture approximately 20% per species, suited to Dry Sandy Prairie conditions. b. Forbs and non-natives species should not be included in the seed mix. c. Seed should originate from source located within 100 miles or less of Fort McCoy, WI due to specific ecological reasons of morphology, genetics, hardiness etc. Want the seed purchased to be of same or similar genotype as the native species currently found at Fort McCoy. d. Seed should be purchased on a Pure Live Seed basis to ensure best pr ice per pound. e. Contractor should identify percentage of noxious weeds and other non-target weed species for the seed mix quoted. The lower the better. f. Will need delivery to Fort McCoy. Solicitation document and incorporated provisions and claus es are those in effect through Federal Acquisition Circular 01-24. FAR clauses may be accessed at www.farsite.hill.af.mil. The following provisions and clauses are applicable: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Alt I, Represen tations and Certifications-Commercial Items (OFFEROR to print, complete and provide a completed copy with offer); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive O rders-Commercial items applies to this acquisition and includes the additional FAR clauses that are applicable to the acquisition; 52.219-6 Notice of Total Small Business Aside (Jun 2003); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperatio n with Authorities and Remedies (Sep 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212; 52.222-3 6, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13 129); and 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). DFAR clauses; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments program (41 U.S.C. 10a-10d, E.O. 10582); 252.232-7003 Electronic Submission of Payment Requests ((Jan 2004); 252.225-7002 Qualifying country sources as subcontractors; and 252.247-7023 , Transportation of Supplies by Sea (May 2002) (Alternate III)(May 2002). (NOTE: You must be Central Contractor Registered (1-888-227-2423 or www.ccr.com in order to be considered for award). In accordance with FAR 39.106, the contractor shall ensure tha t the offered product is Year 2000 compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practi ce (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: solicitation number W911SA-04-T-0060, offerors complete mailing and remittance address, discount terms, unit price, offerors DUNS #__________________, CAGE code ___________ _ and completed 52.212-3. Quotes must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than COB (1630 hours) on 29 Sep 04. POC for additional information is the Contract Specialist, Mary Purpus, 6 08-388-7351, fax #608-388-7080, email mary.purpus@emh2.mccoy.army.mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00680584-W 20040925/040923212259 (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.