SOLICITATION NOTICE
87 -- FORB SEED FOR THE YAKIMA TRAINING CENTER (YTC) AT YAKIMA, WA.
- Notice Date
- 7/28/2007
- Notice Type
- Solicitation Notice
- NAICS
- 424910
— Farm Supplies Merchant Wholesalers
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S807Q0054
- Response Due
- 8/10/2007
- Archive Date
- 10/9/2007
- Small Business Set-Aside
- Total Women-owned Business
- Description
- This is a Combined Synopsis/Solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only sol icitation to be made. Request for Quotations are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0054 is applicable and is issued as a Request for Quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 and DCN 20070531. This requirement is a total Woman-Owned Small Business Set Aside with a NAICS Code of 424910 and a corresponding size standard of 100 employees. The description of the commercial items is as follows: CLIN 0001: 600 lbs 2007 crop Yarrow Seed (Achillea Millefolium), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0002: 100 lbs 200 7 crop Silky Lupine Seed (Lupinus Sericeus), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0003: 200 lbs - 2007 crop Purple Prairie Flower Seed (Dalea Perpurea), Pure L ive Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0004: 1 lb - 2007 crop Pearly Everlasting Seed (Anaphalis Margaritacea), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0005: 50 lbs - 2007 crop Arrowleaf Balsamroot Seed (Balsamorhiza Sagitata), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Cert ified (blue tag certified); CLIN 0006: 1 lb - 2007 crop Showy Fleabane Seed (Erigeron Speciosus), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0007: 10 lbs - 2007 crop Snow Buckwheat Seed (Eriogonum Niveum), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0008: 25 lbs - 2007 crop Fernleaf Desert Parsley See d (Lomatium Dissectum), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0009: 25 lbs - 2007 crop Barestem Desert Parsley Seed (Lomatium Nudicaule), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0010: 50 lbs - 2007 crop Sulfur Lupine Seed (Lupinus Sulphurus), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0011: 10 lbs 2007 crop Chelan Penstemon Seed (Penstemon Pruinosus), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CL IN 0012: 1 lb 2007 crop Threadleaf Fleabane Seed (Erigeron Filifolius), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0013: 10 lbs 2007 crop Parsnipflower Buckwheat Seed (Eriogonum Heracleoides), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified); CLIN 0014: 10 lbs 2007 crop Sulfur-Flowered Buckwheat Seed (Eriogonum Umbellatum), Pure Live Seed (PLS), must be from a seed source within Washington, and must be Washington State Certified (blue tag certified). Delivery window dates for full shipment is the week of 08 October 2007 through 15 October 2007. The selection resulting from this Reques t for Quotations shall be made on the basis of the lowest priced, technically acceptable Quotation from a responsible offeror with acceptable or neutral past performance. Once the Contrac ting Officer has decided to whom an order will be issued, a firm fixed-price contract will be awarded. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragra phs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding t erm to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army.mil/doc. Click on Requests for Quotes, then click on Local Clause s. Local Fort Lewis clause 52.111-4131, Commercial Vehicle Access to Fort Lewis Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicl e access to Fort Lewis are subject to change without prior notice. Addendum to Clauses 52.111-4131 reads as follows: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follow s: Fast Access, Eid Passport, Incorporated, 9560 SW Nimbus Avenue, Beaverton, Oregon 97008, Office: 503-924-5319, Fax: 503-924-5320, Karne Schneider, Program Director, Cell: 503-314-1404, kschneider@eidpassport.com If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. Claus e 52.204-7, Central Contractor Registration, applies. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certif ications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statu tes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is applicable, to include under paragraph (a) 52.203-3 and the following clause in paragraph (b): 2 52.232-7003. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Quotes are due on 10 A ugust 2007 at 2:30:00 P.M. Pacific Standard Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number t o Mark Erickson, mark.a.erickson@us.army.mil. For information, contact Mark Erickson at 253-966-3532. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitati on will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc, and at Federal Business Opportunities. No nu mbered notes apply to this combined synopsis/solicitation.
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN01355604-W 20070730/070728220333 (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 |