SOLICITATION NOTICE
87 -- SOIL MIX/GROWING MEDIA
- Notice Date
- 1/30/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325314
— Fertilizer (Mixing Only) Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
- ZIP Code
- 95959-2250
- Solicitation Number
- AG-9A63-S-13-0025
- Archive Date
- 4/30/2013
- Point of Contact
- Peggy Scott, Phone: 530-478-6123
- E-Mail Address
-
mscott01@fs.fed.us
(mscott01@fs.fed.us)
- Small Business Set-Aside
- Total 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. The solicitation number is AG-9A63-S-13-0025, and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-64. This is a total small business set-aside. The NAICS code is 325314 and small business size standard is 500 employees. This is for a quantity of 13,200 cu ft. Mix shall be 50% peat moss and 50% vermiculite or agreed upon ratio. Any changes in composition may be considered based upon price, call John Gleason at 530-642-5067 to discuss. Peat moss specs: choice cut ‘Canadian' sphagnum peat moss. Vacuum mined. Light (blond) peat color. Percentage of fines in peat to be less than 8% from the #100 mesh sieve with a course/fine ratio of 1:2 using the # 10 sieve. Vermiculite specs: #2 International grade agricultural (horticultural) vermiculite. No more than 10% of fines less than 1mm in size. (Note) Quotation needs to include description of vermiculite type and source used. Must also be certified asbestos free. Mixed media will have the following: Bulk density of media should be 0.09 gm/ml. pH range after wetting -4.0 - 5.4 Dry density will be 8 to 10 pounds per cubic foot. Salinity (salt) shall be less than 1.5 mmhos/cm. Media shall contain the wetting agent like Aquaduct at a rate of 1 pound per cubic yard. Media shall have a moisture content of from 25 to 40 percent by dry weight. Aeration porosity shall be between 25-35% Desired exchangeable nutrient range: Parts per Million Nitrogen (NH4) 0.0 Nitrogen (NO3) 0-10 Phosphorous 0-10 Potassium 10-30 Calcium 10-50 Magnesium 0-20 Iron 0.3-1.3 Copper 0.001-0.011 Zinc 0.080-0.190 Chlorides 0-5 Media must be supplied in opaque bags, bins, approx 75cu ft tote bags. Shipments must be staggered and coordinated with nursery before delivery. Bags will be shrink-wrapped or non-slip stacked on pallets to aid in forklift transport. DELIVERY LOCATION: USDA Forest Service, Placerville Nursery 2375 Fruitridge Road Camino, CA 95709-9714 DELIVERY TIME FRAME: Delivery to be made in staggered shipments, full truckloads. First delivery estimated on or before March 4, 2013. Call contact 24 to 48 hours in advance of delivery. Deliveries after the first delivery will be scheduled to work with the Contracting Officer's Representative and the Vendor. DELIVERY HOURS: Monday through Friday, 0800 to 1500, excluding federal holidays. CONTACT: Mr. John Gleason, 530-642-5067 SUBMISSION OF QUOTES: Offerors shall submit quotes to the office specified in this Solicitation on or before the exact time specified in the Solicitation. As a minimum, quotes shall show: (1) Solicitation No.; (2) Name and address of offeror on company business letterhead. (3) Address quote to Attn: Peggy Scott, Contracting Officer, USDA Forest Service, 631 Coyote St., Nevada City, CA 95959, or Fax Quotes to: (530) 478-6126; (4) Price per cubic foot; FOB destination; (5) Quotation needs to include description of vermiculite type and source used. Also required certification of being free of asbestos; (6) Delivery time upon receipt of order. (7) Remit to address, if different than mailing address; (8) DUN AND BRADSTREET NUMBER to verify System for Award Management (SAM) and Online Representations and Certifications Application (ORCA) WWW.SAM.GOV. If the ORCA is not completed in SAM, a completed copy of the Federal Acquisition Clause: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) at the following website: https://www.acquisition.gov/comp/far/current/html/52_212_213.html#wp1179194 (9) Tax Identification Number; (10) Acknowledgement of any Solicitation amendments. EVALUATION: Quotes shall be evaluated on a best value basis: Past performance and experience; capability of meeting agency requirements (see the details below); capability of meeting delivery time; and price per cubic foot FOB destination. To determine if a vendor meets agency requirements: a ONE GALLON SAMPLE may be requested to test whether the pH balance is as stated in the requirements. If a SAMPLE is requested, vendor has 3 days to deliver to the delivery address. Also, must have supplied vermiculite description and asbestos free certification with quotation. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. The provision at 52.214-21, Descriptive Literature applies to this acquisition and a statement regarding any addenda to the provision. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 11.104,- User of Brand Name or Equal Purchase Descriptions, applies to this acquisition. The clause at 9.3 - First Article Testing and Approval, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Offers are due to Thursday February 14, at 4:30 p.m. PDT. Offers can be faxed to 530-478-6126, or can be mailed to 631 Coyote St, Nevada City, CA 959595. Email responses with quotes will not be accepted. Please contact Peggy Scott, Purchasing Agent, email mscott01@fs.fed.us, or 530-478-6123 for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-13-0025/listing.html)
- Place of Performance
- Address: USDA Forest Service, Placerville Nursery, 2375 Fruitridge Road, Camino, California, 95709, United States
- Zip Code: 95709
- Zip Code: 95709
- Record
- SN02975427-W 20130201/130130234009-38cde119911dd9e727720832feff1ba7 (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 |