Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOLICITATION NOTICE

87 -- Pioneer Brand Corn & Soybean Seed - Documents

Notice Date
2/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111110 — Soybean Farming
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-16-785289
 
Archive Date
3/8/2016
 
Point of Contact
Joshua Dobereiner, Phone: 309-681-6410
 
E-Mail Address
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Sheet Brand Name Justification 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. Solicitation number AG-32SC-S-16-785289 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 111110 (Soybean Farming), with a small business size standard of tiny_mce_marker.75 million. This is a brand name requirement. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Pioneer Brand Corn Seed, P0506AM AM/LL/RR2/AQ, 12 Bags 0002) Pioneer Brand Corn Seed, P1197AMXT AMXT/LL/RR2, 17 Bags 0003) Pioneer Brand Corn Seed, P0843AM AM/LL/RR2, 13 Bags 0004) Pioneer Brand Corn Seed, P9840AM AM/LL/RR2, 10 Bags 0005) Pioneer Brand Soybean Seed, 93Y84 R/SCN in Bulk Boxes, 120 Units 0006) Pioneer Brand Soybean Seed, P36T86R R/SCN in Bulk Boxes, 90 Units 0007) Delivery Specifications: Corn seed must be delivered by April 1, 2016. Soybean seed must be delivered by May 4, 2016. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Beltsville, MD 20705 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include price (to include delivery). Please use the attached PDF titled "Pricing Sheet" for submission of quote. Electronic submissions are preferred. Please email all quotes to josh.dobereiner@ars.usda.gov. The basis for award is Best Value to the Government. "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Price (to include delivery) and (2) Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than February 22, 2016 at 2:00 PM Eastern Standard Time. Questions in regards to this combined synopsis/solicitation are due no later than 5:00 PM EST on Tuesday, February 16, 2016. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d90583272e3216d6176f0d3d6a0dd234)
 
Place of Performance
Address: Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN04017158-W 20160212/160210235255-d90583272e3216d6176f0d3d6a0dd234 (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.