Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2009 FBO #2631
SOLICITATION NOTICE

99 -- Fencing, 6 ft x 330 ft Standard Deer Fencing

Notice Date
2/6/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454390 — Other Direct Selling Establishments
 
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-6395-P-09-0551
 
Archive Date
2/28/2009
 
Point of Contact
Sheree A. Johnson,, Phone: 612-336-3222
 
E-Mail Address
sheree.a.johnson@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Animal and Plant Health Inspections Service (APHIS), and Wildlife Services (WS) in Rhinelander, WI and Waupun, WI, intends to procure up to 156 rolls per office of: Standard deer fencing is available in 6 foot height x 330' length. It is a polypropylene fence product with UV protection. The mesh size is 1.76 x 1.96 inches, with a tested horizontal strength of 450 lb/ft and a tested vertical strength of 610 lb/ft. to be delivered to each of between February 2009 and September 30, 2009. This is a firm fixed price contract. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document incorporates previsions and clauses which are in effect through Federal Acquisition Circular 01-20. A firm fixed price purchase order will be awarded. Small business set aside. The associated NAICS code: 454390, Size Standard in millions of dollars: $7.0. The following evaluation process will be used: Technical Capability, Past Performance, and price for the best value to the Government. Technical capability and pass performance when combined will be considered more important than price. The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ). Applicable FAR clauses are incorporated by reference: Prompt Payment 52.249-1 (4/84); Changes – Fixed price 52.243-1 (8/87); Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concern 52.219-23 (05/01); Notice of Price Evaluations preference for HUB Zone Small Business Concern 52.219-4; Instructions to Offerors – Commercial Items 52.212-1; Evaluation-Commercial Items 52.212-2 (10/97); Offeror Representations and Certifications 52.212-3 (10/98); Contract Terms and Conditions-Commercial Items 52.212-4 (4/98); Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.212-5 (10/98); Buy American Act – North American Free Trade Agreement – Israeli Trade Act – Balance of Payments Program 52.225-3 (02/00). Quotes are due by February 13, 2009 10:00 AM local time. Quotes may be faxed to 612-336-3554 with the signed original forwarded by to: USDA APHIS Purchasing, Sheree Johnson, Butler Square Suite 510, 100 North Sixth Street, Minneapolis, MN 55403. Purchasing agent: Sheree Johnson, phone # 612-336-3222, fax # 612-336-3554, Email: sheree.a.johnson @aphis.usda.gov. All responsible sources may submit a quotation for consideration. Effective October1, 2003, the Federal Acquisition Regulation (FAR), requires that contractors be registered in the Central Contractors Registration (CCR) System before they can be awarded contracts. Offers should include Tax Payer Identification number, company DUNS number, company Cage Code and business size. Failure to provide this information will result in the vendor not being considered for award. Referenced FAR clauses can be accessed for review on the Internet at the following web site: http://www.arnet.gov/far. ALL OFFERS MUST BE SIGNED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d62053d2b89bf37e1b91a036eb7857c0&tab=core&_cview=1)
 
Place of Performance
Address: 3654 Nursery Road, Rhinelander, WI 54502, 1201 Storbeck Road, Waupun, WI 53969, Rhinelander, Wisconsin, 54501, United States
Zip Code: 54501
 
Record
SN01746077-W 20090208/090206220630-d62053d2b89bf37e1b91a036eb7857c0 (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.