MODIFICATION
87 -- Imidacloprid "or Equal"
- Notice Date
- 6/29/2010
- Notice Type
- Modification/Amendment
- NAICS
- 444220
— Nursery, Garden Center, and Farm Supply Stores
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- FA4800-10-Q-MT01
- Archive Date
- 7/16/2010
- Point of Contact
- Melissa S. Tamayo, Phone: 7572253150, Judy L Rogers, Phone: 757-764-7382
- E-Mail Address
-
melissa.tamayo@langley.af.mil, judy.rogers@langley.af.mil
(melissa.tamayo@langley.af.mil, judy.rogers@langley.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-10-Q-MT01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business. The associated NAICS code is 325320 with a 500 employee size standard. This RFQ contains 1 line item. The line item description is as follows: CLIN 0001 Insecticide, 0.5 granular fourmulation of Imidacloprid (or Equal), 30 pound bag Qty: 2,133 EACH. Submittal of "Or Equal" items are allowed under this solicitation. When quoting an "or equal" item, offeror must submit all descriptive literature and the registered EPA label for Virginia use along with their quotation, necessary to meet the requirements of this solicitation to be eligible for award. FOB point is Destination. The required delivery date is ten days after the date of the contract, or earlier. Delivery will be made via the NASA Langley Research Center Main Gate at the intersection of VA Route 172 Commander Shepard Blvd and Langley Blvd. Commercial vechicle inspection is mandatory. A representative from 633 CES will meet delivery drivers and escort them through NASA LaRC to the Entomology Shop. PROVISIONS/CLAUSES. The provision at FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, 252.212-7000, Offeror Representations and Certifications - Commercial Items, 252.225-7000, Buy American Act Balance of Payments Program Certificate, apply to this solicitation and the offeror must include a completed copy of these provisions with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.223, Hazardous Material Identification and Material Safety Data, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, Central Contractor Registration (52.204-7), 252.225-7001, Buy American Act Balance of Payments Program, 252.225-7002, Qualifying Country Sources as Subcontractors, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010, Levies on Contract Payments. The following AFFARS clauses apply to this solicitation 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from 633rd Contracting Squadron, Attn: Capt Judy Rogers, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or e-mailed to POC Melissa Tamayo at 633 CONS/LGCZ. Fax number 757-225-7443, e-mail melissa.tamayo@langley.af.mil EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical acceptability, delivery and price, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 30 Jun 10, 1200 pm, Eastern Standard Time (EST) to the 633rd Contracting Squadron/LGCZ, Attn: Melissa Tamayo, Commercial Phone 757-225-3150, Fax 757-225-7443, E-mail melissa.tamayo@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Melissa Tamayo, Contract Specialist, Phone 757-225-3150, Fax 757-757-764-7447, melissa.tamayo@langley.af.mil Email your questions to Melissa Tamayo.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-10-Q-MT01/listing.html)
- Place of Performance
- Address: 633 CES/CEOIE, Entomology Shop, 585 Gregg Road, Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02191223-W 20100701/100629234815-1e5473b5c7e5f6e7c1cabe7c75a110b3 (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 |