Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2007 FBO #2214
SOLICITATION NOTICE

87 -- BLM - FORAGE KOCHIA 5,000 lbs to WINNEMUCCA, NV

Notice Date
12/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC663 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAR080051
 
Response Due
12/19/2007
 
Archive Date
12/16/2008
 
Point of Contact
Elaine Flick Contracting Officer 3032363528 Elaine_Flick@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management (BLM) has a requirement for 5,000 pounds of Forage Kochia for Winnemucca, NV, which meets or exceeds the BLM minimum PLS of 0.5100. Only Certified Seed submited as A or SI will be considered. For the purposes of this solicitation, CERTIFIED SEED (Letter designator A) is defined as seed of a cultivar that has been verified for its genetic identity and purity by an official seed-certifying agency. Seed purchased as "Certified" will conform to all requirements and standards for certified seed of the state in which the seed was cleaned, bagged, and tagged. Seed shall be certified only by the legally authorized seed certifying agency in each state (i.e., Crop Improvement Association). Each bag of seed shall bear the official certification tag attached in the approved manner under the supervision of the certifying agency. All bags containing certified seed shall be marked (stenciled or marked with indelible ink) with the lot number under which the lot was originally certified. All costs of seed certification shall be included in the unit price (the responsibility of the contractor). All certified (blue, white and purple tag) seed shall meet the Association of Official Seed Certifying Agencies (AOSCA) quality standards and/or State standards, whichever is stricter, for the State in which the seed was certified or of seed origin. An Analysis tag shall be attached to each bag of seed including the following information: Lot Number, Name and Address of Shipper, Species/Variety, Purity, Germination/TZ, Crop Seed, Weed Seed, Inert, Noxious Weed Seed and States Tested for, Origin, Test Date, Weight of Bag, Reference Certified lot number if company assigns new lot number (on the analysis tag), BLM's Contract Number. Also for the purposes of this solicitation, SOURCE IDENTIFIED SEED (Letter designator SI) shall be defined as Certified Pre-Variety Germplasm (PVG) seed which is either wild collected or field cultivated seed of native or introduce species produced according to rules established by AOSCA and official state seed certification programs. Three categories of certified PVG may be accepted: Tested Class (light blue tag) is designated as germplasm for which progeny testing has proven desirable traits to be heritable. Selected Class (green tag) seed is designated as germplasm showing promise of desirable traits, having been selected either within an accession or plant population or as a common site comparison among accessions or populations of the same species. Source Identified Class (yellow tag), is seed designated as unevaluated germplasm identified only as to species and location of the wild growing parents. Along with Seed Certification Tags, Source Identified Seed shall be delivered with analysis tags with the following information: Lot Number, Name and Address of Shipper, Species (Common and Latin Names), Purity, Germination/TZ, Test Date, Crop Seed, Weed Seed, Inert, Noxious Weed Seed and States Tested for, Weight of Bag, Reference Source ID number if company assigns new lot number (on the analysis tag), BLM's Contract Number, Location of Seed source/origin: State, County, Elevation, and Latitude. Winnemucca requires this seed be delivered to the BLM-NV Winnemucca Field Office, 5100 E. Winemmucca Blvd., Winnemucca, NV 89455 by no later than December 27, 2007. This procurement is established as a Request for Proposals, NAR080051, and and is set aside for small business under NAICS code 111998. 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-22, dated November 23, 2007. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation--Commercial Items and the following specific criteria under paragraph (a) shall be used to evaluate all offers: 1) Pure live seed (PLS) rating - A (PLS) rating that meets or exceeds the BLM's minimum PLS rating shall be considered for award. Any seed that is offered with a rating less than the BLM's minimum PLS rating specified shall not be evaluated or considered for award; 2) Ability to meet solicitation schedule; 3) Lowest (PLS) price deemed fair and reasonable based on price analysis per FAR; 4) Past Performance. Factors 1 and 2 are Go-No. Factors 3 and 4 are listed in descending order of importance. Forage Kochia proposed will be sorted as follows: 1st - by earliest date that meets the BLM minimum PLS; 2nd - by PLS price per pound. Offered seed with an earlier delivery may be given preference over that with a lower PLS price per pound as long as the PLS price per pound is considered to be fair and reasonable, and is determined by the Contracting Officer to constitute the best value considering the needs of the requiring activity and other offers received. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Condition--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and the following clauses cited thereunder are applicable to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52,222-26, 52.222-35, 52.222-36, 52,222-37, 52.225-3, 52.232-33. Additional contract requirements are as follows: ORIGIN REQUIREMENT - Certified seed offered under this solicitation shall be from a country or state of North America; BAGs and LABELLING - Seed shall be delivered in 50 lb. bags; ANALYSIS TAGS - A label (the analysis tag) must be attached to each bag of all seed. Certified and Source Identified seed shall have the required certifications tags also attached. Seed of private varieties shall be marked as required by the owner of the variety. Incomplete analysis tags may be cause for rejection of seed; INSPECTION (TESTING) AND ACCEPTANCE - All seed will be subject to visual inspection, sampled and tested by the Government or by a certified seed sampler, and tested by an Approved Seed Testing Facility with a registered or certified seed technologist, before final acceptance is made. Acceptance of all seed to be delivered under this contract shall be the responsibility of the Contracting Officer. Quality of the deliverables is subject to verification by the Contracting Officer's Representative (COR), with final payment to be withheld pending completion of any necessary rework by the Contractor. Where more than one lot of seed is furnished, payments will be made on the basis of the test results on each individual lot of seed from each location making up the total quantity. Seed from individual lots not meeting the minimum requirements set forth in the Schedule will be subject to deductions or rejection. Acceptance will be deemed to occur only after the COR has received a copy of the: correct invoice, a favorable seed test, and physical seed of the same favorable seed test lot; SEED QUALITY - Seed offered must meet or exceed the following seed quality standards: meet offered PLS requirements, 0.5% weed seed, 2% other crop, no seed mixes, NO NOXIOUS WEEDS for the State of NV; SEED TESTS - the seed furnished will be tested for purity (inert, other crop, weed seed, and noxious weed content), germination (TZ), and may be tested for moisture. All percent germination will be determined by a TZ test. BLM will will utilize any state seed laboratories that are most convenient. For the purpose of determining the percentage of pure live seed (% PLS) the following formula shall be used: (% Purity) x (% Germination (TZ)) = % PLS; seed will be sampled by the BLM Winnemucca Field Office. While offeror's may submit a lab preference, the seed sample will be submitted to an AOSA approved Seed Testing Facility of the BLM's choice. The SINGLE TEST from the sample pulled shall determine final acceptance, rejection and/or payment terms. Due to January 2008 seeding schedules A SECOND TEST WILL NOT BE CONDUCTED.; TOLERANCE - All seed delivered under this contract will be allowed PLS tolerance (percentage) points to the offered PLS. If the % weed and other crop meet the seed testing quality standards but the % PLS is less than the offered % PLS, but is within 5 tolerance points, the Government will accept the seed and make payment to the contractor at the unit price quoted in the Schedule. If the % PLS of the delivered seed is less than the offered % PLS, and below the acceptable 5 points of tolerance, the Government may elect to purchase the seed at a price reduction using the following formula: Reduced Unit Price = Tested % PLS/Offered PLS X Offered Unit Price. THE BLM IS NOT OBLIGATED TO ACCEPT ANY SEED LOT THAT FALLS BELOW 5 TOLERANCE POINTS. ACCEPTANCE WILL BE BASED ON ONE TEST AND REDELIVERY IS NOT AN OPTION.; DELIVERY - The Contractor will be required to make an appointment with the BLM COR at least two (2) working days prior to delivery to arrange for unloading at the destination. Delivery shall be made between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, holidays excluded. All costs of transportation, from shipping point(s) to the destination shall be paid by the Contractor and included in his price bid for the item(s). The Contractor shall be responsible for any/all damages occurring in transit. The designated COR and contact information for delivery is as follows: Robert Burton, P 775-623-1553, F 775-623-1503. Offers are due to the Contracting Officer on Monday, December 19, 2007 at 10:00 AM (local Denver time). Receipt of fax or email offers is allowed under this solicitation. AWARDS WILL BE MADE ON DECEMBER 19, 2007, AND DELIVERY WILL BE REQUIRED ON OR BEFORE DECEMBER 27, 2008. Contact Elaine Flick at (303) 236-3528 with any questions.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1390932)
 
Place of Performance
Address: WINNEMUCCA, NV
Zip Code: 89445
Country: USA
 
Record
SN01471314-W 20071219/071217224044 (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.