Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22, 2001 PSA #2771
SOLICITATIONS

68 -- AGRICULTURAL FARM CHEMICALS

Notice Date
January 18, 2001
Contracting Office
USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038
ZIP Code
19038
Solicitation Number
02-3615-01
Response Due
February 16, 2001
Point of Contact
Joyce Moler, Point of Contact (304) 725-3451, ext. 341, FAX 304-728-2340, Lisa Botella, Contracting Officer (215) 233-6551
Description
68. The USDA, Agricultural Research Service requires various farm chemicals to be furnighed and delivered FOB Destination to the Appalachian Research Fruit Station, Kearneysville, West Virginia. These chemicals include herbicides, fungicides, and pesticides and will be used for soil preparation and conditioning. This is a combined synopsis/solicitation for commercial items prepared in accoerdance with FAR 12.6. Prices are being requested and a written solicitation is available upon request. CONTRACTORS WHO ARE INTERESTED IN RECEIVING THE SOLICITATION AND/OR ANY FUTURE AMENDMENTS MUST REGISTER IN WRITING WITH THE POINT OF CONTACT, JOYCE MOLDER. Solicitation 02-3615-01 isa issued as a Request for Quotation (RFQ). This procurement is unrestricted. Offerers are required to provide pricing of chemicals in the following order: Item, Quantity, unit of Issue, Unit Price and Amount. (1) Accel -- 71.2 ozs; (2) Asana .66 XL -- 2 gals.; (3) Agri-Mek 0.15EC -- 23 gals; (4) Basagran T/O -- 1 ghal; (5) Benlate 50W -- 70 lbs; (6) Captan 50WP -- 540 lbs; (7) Carzol 9s SP -- 2.5 lbs;(8) Devrinol 56DF -- 8 lbs; (9) Esteem 0.86EC -- 5 gals; (10) Ethrel -- 1 gal; (11)Ferbam Granuflo -- 310 lbs; (12) Foambuster 20 -- 108 pts; (13) Fusilade DX -- 1 gal; (14) Goal 2 XL -- 2.5 gals; (15) Gramoxone Extra -- 77.5 gals; (16) Hi-Dep -7.5 gals; (17) Imidan 70WSB -- 388 lbs; (18) Indar 75WSP -- 7 lbs; (19) Induce -- 37.5 gals; (20) karmex 80DF -- 75 lbs; (21) Kerb 50W -- 48 lbs; (22) Lannate 90SP -- 64 lbs; (23) Lime Sulfur -- 5 gals.; (24) Lorsban 4E -- 5 gals; (25) Mitac 50W -- 21 lbs; (26) M-Ped -- 22.5 gals; (27) Nova 40W (20 oz. bags) -- 22 bags (440 ozs.); (28) Oil sun 6E -- 56 gals; (29) Penncozeb 80W -- 60 lbs; (30) Provide -- 3 pts; (30) Pyrellin ECD -- 3 gals; (31) Retain (333 gram bag) -- 1 gag; (32) Ronilan 50DF -- 5 lbas; (33)Roundup Ultra -- 37.5 gals; (34) Rubigan 1E -- 24 qts.; (35) Sevin XLR lus -- 22.5 gals; (36) Simazine 4LFL -- 20 gals; (37) Solicam DF -- 70 lbs; (38) Solubor -- 100 lbs; (39)Sovran 50WG -- 1 lb; (40) Spintor 2SC -- 1 gal; (41) Sulfur 90% Wettable (30 lb bag) -- 20 bags (600 lbs.); (42) Surflan 4AS -- 20 gals; (43) Thiodan 3EC -- 67.5 gals; (44) Thiodan 50W -- 5 lbs; Thiram 75 Granuflo -- 450 lbs; (45) Topsin-M 70% WSB -- 55 lbs; (46) Vendex 50W -- 27 lbs; (47) Vydate L -- 2.5 gals; (48) Ziram 76% Granuflo NF -- 560 lbs. NOTE: IF THE OFFEROR CANNOT FURNISH THE SPECIFIED QUANTITY LISTED PER LINE ITEM, PLEASE QUOTE TO THE NEXT HIGHEST POUND, GALLON, ETC. IN ACCORDANCE WITH FAR CLAUSE 52.211.16. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ON AN "ALL OR NONE" BASIS. 52.207-4 ECONOMIC PURCHASE QUASNTITY -- SUPPLIES (AUG 1987) -- (a) Offerors are invited to state an opinion on whether the quantity (ies) of supplies on which bids, proposals, or quotes are requested in this solicitation is (are) economically advantageous to the Government. (b) Each offeror who belives that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and unit price must be quoted for the applicable items. An economic purchase quantity is that quantity at which a significant prIce break occurs. If there are significant price breaks at different quantity points, this information is desired as well. (c) The information requested in this provision is being desired as well. (d) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a database for future acquisitions. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. 51.211-16 VARIATION IN QUANTITY -- (a) A variation in the quantity of any item called for by this purchase order will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in and then only to the extent, if any, manufacturing processes specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: (20) Percent increase or a twenty (20) Percent decrease. This increase or decrease shall apply to each quantity specified in the delivery schedule. DOCUMENTATION -- The Contractor (MSDS) with each chemical at time of shipment. The purchase order number shall be included on all documentation and a shipment. PACKING AND SHIPPING -- The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The Contractor is required to adhere to all OSHA, DOT, EPA, and other State and Federal Regulations as they pertain to these chemicals. The items to be furnished shall be labeled with the purchase order number and delivered, all transportation charges said by the Contractor , and in accordance with the F.O.B. Destination clause to: USDA, ARS, NAA, Appalachian Fruit Research Station, 45 Wiltshire Road, Kearneysville, WV 25430, Attn: John Hendricks. DELIVERY -- 52-211-8 TIME OF DELIVERY. The Government requires delivery to be made not later than March 22, 2001, or within seven (7) days after the date of receipt of a purchase order or written notice of award (whichever comes first). Delivery shall be made within the hours of 8:00 a.m. to 4:40 p.m., Monday through Friday, excluding Federal holidays. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The following terms and conditions are added as an addendum to this provision: 1. Item (b) Submission of Offers is amended to include the following: Submit your quotation, acknowledgement of amendments (if any) to Joyce Moler, Appalachian Fruit Research Station, Kearneysville, WV 25430. Item (c) Period for acceptance of offers is amended in its offer firm for 180 calendar days from the date specified for receipt of offers. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. The Contracting Officer will make an award based on delivery schedule, past performance and price or price-related factors. ADDEMDUM TO FAR CLAUSE 52-212-2. EVALUATION FACTORS FOR AWARD -- Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Listed below are all the factors that will be considered. Delivery schedule, past performance and price or price-related factors. Past performance is equal to price or price-related. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ON AN "ALL OR NONE" BASIS.(1) DELIVERY SCHEDULE. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule when an offeror proposes an earlier delivery schedule than required above will apply. )2) PAST PERFORMANCE. Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating. A neutral score could be considered less favorable than a favorable past performance score. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a similar nature and complexity that the were awarded within the past five (5) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Project Officer and Contracting Officer. 2. Contract Number, type and dollar value. 3. Date of Contract and period of performance. 4. List any contract(s) terminared for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3) Price includes all items, discount terms, and transportation costs. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items,with its quotation. FAR 52.212.4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). The Contracting Officer of the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. Inspection and acceptance will be performed at the delivery address (above). 2. Item (g) Invoice is amended to include the following: The invoice shall be submitted in an original and one copy after delivery and acceptance of the shipment. The invoice shall be mailed to: USDA, ARS, North Atlantic Area, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn.: Lisa M. Botella. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212.5 are applicable to this acquisition for supplies: 52-203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-26, Equal Opportunity (APR 1984); 52.222.35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222.36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222.37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.225-3, Buy American Act North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (FEB 2000); 52.232.33, Mandatory Information for Electronic Funds Transfer Payment (AUG 1996); FAR Clause 52.212-5 is amended to include the following clauses by reference: 52.204-4, Printing/copying Double-sided or Recycled Paper (Jun 1996); 52.223-3, Hazardous Material Identification and Material Safety Data Sheet (Jan 1997) (Alt 1) (JUL 1995); 52-223-5, Pollution Prevention and Right to Know Information (APR 1998) 52.247.34, F.O.B. Destination (NOV 12991). The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Responses are due on February 16, 2001 at 4:00 p.m. (local time) at the USDA, Agricultural Research Service, Appalachian Fruit Research Station, 45 Wiltshire Road, Kearneysville, WV 25430. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR SHALL RENDER YOUR OFFER NON-RESPONSIVE. Point of contact for this acquisition is Joyce Moler, Purchasing Agent, (304) 725-3451 or fax (304) 728-2340. TELEGRAPHIC OR FACSIMILE QUOTATIONS ARE NOT ACCEPTABLE.
Record
Loren Data Corp. 20010122/68SOL002.HTM (W-018 SN50B1Z5)

68 - Chemicals and Chemical Products Index  |  Issue Index |
Created on January 18, 2001 by Loren Data Corp. -- info@ld.com