SOLICITATION NOTICE
68 -- Tuta Absoluta lures, bulk packaged and individually packaged - SF 1449
- Notice Date
- 5/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-12-0070
- Archive Date
- 9/28/2012
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208, Nathan Johnson, Phone: 612-336-3404
- E-Mail Address
-
carol.dingess@aphis.usda.gov, nathan.d.johnson@aphis.usda.gov
(carol.dingess@aphis.usda.gov, nathan.d.johnson@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 30 Please complete and return with proposal by due date SF 1449 Please complete and return by COB due date This is a solicitation for commercial items prepared in accordance with the Streamlined format in Subpart 12.6, as supplemented with additional information in FAR Part 12 and 15 included in this notice. The Federal Government is not responsible for notifications to offerors regarding the issuance of the solicitation nor any of its amendments. It is the offeror's responsibility to check this web site periodically for updates. Telephone and email requests will not be accepted Solicitation# AG-6395-S-12-0070 is issued as Request For Proposals (RFP) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR and USDA clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/far/index.html http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html The associated North American Industrial Classification System (NAICS) code for this procurement is 325320 Pesticide and Other Agricultural Chemical Manufacturing for a 100% small business set-aside. The Small Business size standard for this NAICS code is 500 Employees. See attached SF1449 for Price Schedule Page with line item pricing to be completed and returned. **All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation** Description: Firm fixed priced Indefinite Delivery/Indefinite Quantity Type Contract for a period not to exceed five years for Tuta Absoluta lures, bulk packaged and Tuta Absoluta lures, individually packaged. Economic Price Adjustment applies to contract periods 1 through 4 Semiochemical lures when combined with a variety of traps have been shown to be an effective monitoring tool for T. absoluta. The various trap and lure combinations have enabled the USDA to better contain and monitor potential infestations of these insects. T. absoluta is one of the most serious exotic plant pests threatening tomato and pepper producers and environmental resources. The USDA APHIS PPQ has been tasked by congress with detecting, monitoring and managing these insects. These insects, should they become established, would have irreversible impacts on natural resources, hinder trade and increase costs of productions. Ultimately, an eradication and/or control program could cost millions of dollars if these insects were to go undetected in our environment. Objective: The requested semiochemical lures are to provide program personnel the tools needed to detect the pest at an early stage of infestation in order to allow successful and less costly eradication and management programs to be implemented in a timely fashion. Additionally, the lures could be used to monitor existing infestations. Without the lures, defining the area of an infestation might not be possible and the ultimate cost to the USDA and cooperators of an eradication program would increase substantially as the pest number grow and spread undetected. Period of Performance: Base Period Date of Award - 05/31/2013 Period I 06/01/2013 - 05/31/2014 Period 2 06/01/2014 - 05/31/2015 Period 3 06/01/2015 - 05/31/2016 Period 4 06/01/2016 - 05/31/2017 Delivery Addresseses: USDA/APHIS/PPQ/FMS 22675 N. Moorefield Road Bldg 6407 Edinburg, TX 78541 Attn: Ramon Benavides California Department of Food and Agriculture CDFA 935 East Discovery Lane Anaheim, CA 92801 The following FAR and AGAR Provisions apply to this Solicitation. Offers submitted without completion of required Certifications,Representations, and Provisions at the time of submission may be considered nonresponsive. 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. Amendment 001 - Evaluation of offers: 52.212-2 Evaluation-Commercial Items. EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be decided upon in accordance with FAR 15.101-2 Lowest price technically acceptable source selection process. The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The following FAR and AGAR Clauses apply to this Solicitation and resulting award. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.252-2 Clauses Incorporated by Reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2012) (41 U.S.C. 2313). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 452.211-6 Effective Period of the Contract. 52.216-18 Ordering. 52.216-19 Order Limitations 452.216-73 Minimum and Maximum Contract Amounts. MINIMUM AND MAXIMUM CONTRACT AMOUNTS 52.216-2 Economic Price Adjustment-Standard Supplies AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS INSTRUCTIONS CONDITIONS AND NOTICES TO OFFERORS OR RESPONDENTS In order to have a complete proposal package, as a minimum, the proposal package must contain the following items: Complteion of all required items in attachment 1 SF1449 Please sign and return Attachment 2 Solicitation Amendment 1 with Proposal ONLINE Completion of provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Anyone wishing to do business with the USDA Shall complete certifications electronically at http://orca.bpn.gov. An offeror shall complete only paragraph (j) of this provision included in the solicitation if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision included in the solicitation attachment 1. Offers submitted without completion of this provision will be considered nonresponsive. ONLINE A completed Central Contractors Registration at http://www.ccr.gov In accordance with FAR 52.212-1 (k) Central Contractor Registration; anyone wishing to do business with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220 or consult online hand book at http://www.ccr.gov/handbook.aspx Potential Vendors must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive. The Vendor response to this proposal along with the completed Attachments 1 and 2 need to be sent to the attention of Carol Dingess at the Email, Fax, or address listed below by 4:pm Central Time June 29, 2012 Carol Dingess Contracting Officer USDA/APHIS/MRPBS 100 N. 6TH Street, Butler Sq. N. Suite 510-C Minneapolis, MN 55403 ph:612-336-3208 Fax: 612-336-3550 Carol.Dingess@aphis.usda.gov The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0070/listing.html)
- Place of Performance
- Address: USDA/APHIS/PPQ/FMS, 22675 N. Moorefield Road, Bldg 6407, Edinburg, Texas, 78541, United States
- Zip Code: 78541
- Zip Code: 78541
- Record
- SN02751022-W 20120519/120518000351-79bde2b9509bc4a94c58950a2888f81e (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 |