Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
SOLICITATION NOTICE

87 -- Agricultural Farm Chemicals

Notice Date
1/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
AG349BS100173
 
Archive Date
2/16/2010
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a competitive Service-Disabled Veteran-Owned Small Business Set Aside 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; proposals are being requested and a written solicitation will not be issued. Solicitation number AG349BS100173 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38. This requirement is a Service-Disabled Veteran-Owned Small Business Set Aside for NAICS 424910. Offerors are responsible for reading and complying with this entire combined synopsis/solicitation. Submission of quotations shall be in accordance with the instructions identified under Item A.5 listed below. SCOPE OF WORK - The USDA requires various agricultural chemicals to be furnished and delivered F.O.B. Destination to the USDA, Appalachian Fruit Research Station located in Kearneysville, West Virginia in accordance with the terms, conditions, and specifications contained in this document. These chemicals include various fertilizers, herbicides, fungicides, and pesticides used for soil preparation, soil conditioning, and crop management. Required delivery date is on or before March 5, 2010. The Contractor is required to ship items in accordance with all Department of Transportation, Occupational Safety and Health Administration, and Environmental Protection Agency Regulations and provide Material Safety Data Sheets (MSDS). Service-Disabled Veteran-Owned Small Businesses with the demonstrated capability and financial capacity to provide these items on or before March 5, 2010 in accordance with the specified delivery schedule are invited to respond. Offerors may provide a quotation for any or all of the Line Items specified. (A.1) SHIPMENT AND DOCUMENTATION - Shipment shall be FOB Destination and shall be made between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, to USDA-AFRS - Farm Manager, 2217 Wiltshire Road, Kearneysville, WV 25430 on or before March 5, 2010. The Contractor shall provide one (1) copy of the Material Safety Data Sheets (MSDS) with each chemical in accordance with FAR clause 52.223-3. The order number shall be included on all documentation and shipments. All shipments shall be made in new containers. (A.2) 52.216-2 ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES - The Contractor warrants that the unit price stated in the Schedule for ____ [offeror insert Schedule line item number or ALL] is not in excess of the Contractor applicable established price in effect on the contract date for like quantities of the same item. (A.3) BRAND NAME REQUIREMENT -In accordance with FAR 52.211-6, Brand Name or Equal, products are listed by brand name. Brand Name products are required for the reason that product changes would severely impact ongoing research projects. Proposed equal substitutions must include sufficient detailed product literature with quotation. (A.4) SCHEDULE OF ITEMS - Furnish and deliver Agricultural Chemicals listed below. If the offeror cannot furnish the specified quantity listed, quote to the next highest pound, gallon, etc. in accordance with FAR 52.211-16. L/I Description 01 Acramite 50WS Miticide, 2 Pounds; 02 Agri-Mek 0.15EC Miticide/Insecticide, 1 Gallon; 03 Agri-Mycin 17 Agricultural Streptomycin, 14 Pounds; 04 Apogee Plant Growth Regulator, 5 Pounds; 05 Assail 30SG Insecticide, 6 Pounds; 06 Captan 80 WDG Fungicide, 810 Pounds; 07 Casoron 4G Herbicide, 150 Pounds; 08 Diuron 80 Herbicide, 44 Pounds; 09 Dormant Spray Oil 100 / Damoil, 220 Gallons; 10 Epsom Salt Fertilizer, 450 Pounds; 11 Esteem 35WP Insect Growth Regulator, 50 Ounces; 12 Ethephon 2 Plant Growth Regulator, 2.5 Gallons; 13 Ferbam Granuflo Fungicide, 10 Pounds; 14 Flint Fungicide, 20 Ounces; 15 Fruitone L Plant Growth Regulator, 2 Gallons; 16 Fusilade Herbicide, 1 Gallon; 17 Gramoxone-Max Herbicide, 25 Gallons; 18 Imidan 70WSB, 216 Pounds; 19 Indar 75WSP, 8 Pounds; 20 Induce Non-Ionic Low Foam Wetter/Spreader Adjuvant, 37.5 Gallons; 21 C-O-C-S WDG Fungicide, 20 Pounds; 22 Lannate SP Insecticide, 34 Pounds; 23 Lime Sulfur Solution Fungicide/Insecticide/Miticide, 5 Gallons; 24 Lorsban 4E Insecticide, 12.5 Gallons; 25 Malathion Insecticide, 2.5 Gallons; 26 MaxCel Plant Growth Regulator, 2 Gallons; 27 Neemix 4.5 Insect Growth Regulator, 1 Quart; 28 Nexter Miticide/Insecticide, 3 Kilograms; 29 Orbit Fungicide, 1 Quart; 30 Penncozeb 75 Dry Flowable Fungicide, 300 Pounds; 31 Poast Herbicide, 2.5 Gallons; 32 Pristine Fungicide, 1000 Ounces; 33 Procure 50WS Fungicide, 11 Pounds; 34 Provide Plant Growth Regulator Solution, 8 Pints; 35 Provide 10SG Solution Plant Growth Regulator, 14 Ounces; 36 Pyganic Crop Protection EC 1.4 Insecticide, 1 Gallon; 37 Regulaid Spreader/Activator, 2 Gallons; 38 Retain Plant Growth Regulator Soluble Powder, 333 Grams; 39 Ridomil Gold EC Fungicide, 1 Gallon; 40 Roundup Weather Max Herbicide / Power Max, 10 Gallons; 41 Rubigan EC Fungicide, 22 Quarts; 42 Savey 50DF Ovicide/Miticide, 12 Ounces; 43 Sevin XLR Plus Carbaryl Insecticide, 32.5 Gallons; 44 Silwet L-77 Surfactant, 1 Gallon; 45 Sinbar Herbicide, 55 Pounds; 46 Solubor Nutrient Spray, 350 Pounds; 47 Switch 62.5 WG Fungide, 56 Ounces; 48 Topsin-M WSB Fungicide, 100 Pounds; 49 Ultra Fine Spray Oil Insecticide/Miticide/Fungicide, 30 Gallons; 50 Wettable Sulfur 90% Fungicide/Insecticide, 1200 Pounds; 51 Ziram Granuflo/76 DF Fungicide, 320 Pounds; 52 ZP Rodent Bait, 50 Pounds; 53 Gem 500 SC Fungicide, 64 Ounces. (A.5) INSTRUCTIONS FOR SUBMISSION OF QUOTATION: QUOTATIONS MUST BE SUBMITTED IN WRITING TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. NOTICE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. OFFERS SHALL BE RECEIVED PRIOR TO: 3:00 P.M. (EST) February 1, 2010 and include completion of all of the following specified under (a) through (g): (a) Submit Quotation for Line Items specified under (A.4) Schedule of Items to include quantity proposed and total dollar amount per line item and the final cost for proposed line items: FOB Destination, Kearneysville, WV 25430. (b) Proposed substitutions must include sufficient descriptive literature to include in accordance with FAR 52.211-6, Brand Name or Equal. (See Item A.3). Any proposed substitution will be reviewed based on information provided to include the Material Safety Data Sheets (MSDS) for the proposed substitution and must be approved prior to acceptance of quotation. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (c) Submit three separate Past Performance References with contact information for three recent contracts (within past three years) of contracts similar to the scope of this requirement. Offerors that are newly formed individual entities, without prior Federal, State or Local Government Contracts, may list work contracts, subcontracts or other related work experience. (d) Submit Certification Statement specified under (A.2) 52.216-2 ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES (JAN 1997) - The Contractor warrants that the unit price stated in the Schedule for _______________ [offeror insert schedule line item number (IF ALL LINE ITEMS APPLY STATE - ALL- )] is not in excess of the Contractors applicable established price in effect on contract date for like quantities of the same item. (e) Completion of registration in the Central Contractors Database in accordance with FAR 52.204-7 Central Contractor Registration. (Reference Section A.5.) By submission of an offer, the offeror acknowledges the requirement that the prospective awardee shall be registered in the CCR database (http://www.ccr.gov) prior to award, during performance, and through final payment of any contract resulting from this solicitation. (f) Completion of the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov By submission of an offer the offeror acknowledges that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation as of the date of this offer. Reference FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. (g) Submit statement indicating acceptance or non-acceptance of payment by Government Visa Credit Card. (A.6) The following FAR provisions and clauses apply to this acquisition and are available in full text at: http://www.arnet.gov 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.211-16 Variation in Quantity; 52.211-17 Delivery of Excess Quantities; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 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 including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; (18) 52.219-28, Post Award Small Business Program Rerepresentation; (19) 52.222-3, Convict Labor; (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (21) 52.222-21, Prohibition of Segregated Facilities; (22) 52.222-26, Equal Opportunity; (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (30) 52.225-1, Buy American Act - - Supplies; (33) 52.225-13 -- Restrictions on Certain Foreign Purchases; (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (40) 52.232-36 Payment by Third Party; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.223-3 Hazardous Material and Identification and Material Safety Data 52.225-8 Duty-Free Entry; 52.227-3 Patent Indemnity; 52.242-17 Government Delay of Work; 52.247-15 Contractor Responsibility for loading and unloading; 52.247.21 Contractor Liability for Personal Injury and/or Property Damage; 52.247-34 F.o.b. Destination. (A.7) EVALUATION CRITERIA - - The Government contemplates award of one order or multiple orders resulting from this solicitation to the responsible offeror(s) whose offer represents the best value to the Government, price and other factors considered. (A.8) ADDITIONAL INFORMATION - - Questions by Interested Parties shall be submitted by electronic mail or facsimile to the attention of: Contracting Officer – Solicitation number AG349BS100173 to: Electronic mail: tim.smearman@ars.usda.gov or facsimile: 304-728-7182.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS100173/listing.html)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02045819-W 20100122/100120235503-e12140ec03c8681fa686a80a82f2ee51 (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.