SOLICITATION NOTICE
87 -- Equipment for Two Grading Facilities - Statement of Work - Item List
- Notice Date
- 8/1/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
- ZIP Code
- 55403
- Solicitation Number
- AG-32KW-S-17-870080
- Archive Date
- 9/2/2017
- Point of Contact
- Dreux Michael Johnson, Phone: 6122027866
- E-Mail Address
-
dreux.m.johnson@aphis.usda.gov
(dreux.m.johnson@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Requirements of the SOW placed into an excel sheet. Use this format for submitting quotes. Statement of Work AG-32KW-S-17-870080/Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared for in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and no written solicitation will be issued. This combined synopsis/solicitation will result in a firm fixed price contract for various laboratory supplies (see attached SOW). 2. Simplified acquisition procedures will be used for this requirement per Federal Acquisition Regulation (FAR) Part 13. This requirement is being competed as a total small business set aside. The North American Industry Classification System (NAICS) code for this requirement is 333999 with a size standard of less than 500 employees. 3. This requirement is for the United States Department of Agriculture (USDA), Grain Inspection, Packers & Stockyards Administration (GIPSA), Federal Grain Inspection Service (FGIS). 4. The solicitation number for this effort is AG-32KW-S-17-870080 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 5. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. 6. REQUIREMENTS --See attached statement of work (SOW) for details and requirements. For convenience, a schedule with the items required in the SOW has been put together and posted. Should a contradiction exist, the SOW takes precedence. 7. Products shall be delivered FOB Destination, price must include shipping costs to the delivery address. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical capability, and past performance. To be considered for award, interested vendors shall submit: 1) Completed Pricing schedule (price must include all costs necessary to perform according to the SOW). 2) DUNS number, confirmation of SAM registration, and completed AGAR 452.209 - 70 provision. 10. The provision 52.212-3 Offeror Representations and Certifications -Commercial Items applies to this solicitation. The contractor shall complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. SAM registration is required. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 (JAN 2017) are considered checked and are applicable to this acquisition in addition to the rest of the clause; _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). _X_ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. Additional clauses/provisions included: FAR 52.204-18, 52.211-6, 52.232-40 52.247-34, AGAR 452.209-71, 452.209-70 (See below for more information). 14. To be awarded this contract, the offeror must be registered in SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 15. Quotations must be sent via e-mail to Dreux.m.johnson@aphis.usda.gov by the date and time specified. Late quotes will not be considered. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO DREUX JOHNSON, (No later than 3 days before quotes are due) BY EMAIL TO dreux.m.johnson@APHIS.USDA.gov. 16. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: See item 9 above. 17. USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX-EXEMPT. FEDERAL TAX. I.D. NO. 41-0696271. 18. Any Amendments issued will be posted to this site and must be submitted and acknowledged with your quote. Watch this site for any updates. AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations. (DEVIATION 2015-01) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that - (1) has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government; or (2) was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless a Federal agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ], is not [ ] (check one) a corporation that has any unpaid Federal liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ], is not [ ] (check one) a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-32KW-S-17-870080/listing.html)
- Place of Performance
- Address: USDA GIPSA FGIS, Toledo Field Office, 1910 Indian Wood Circle Suite 401, Maumee, Ohio, 43537, United States
- Zip Code: 43537
- Zip Code: 43537
- Record
- SN04606806-W 20170803/170801232050-2f3f6d36ba696e955cc904b67f275959 (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 |