Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

87 -- Combined Regions 1 and 4 Verbenone Pheromone

Notice Date
2/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Idaho Panhandle National Forest, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363
 
ZIP Code
83815-8363
 
Solicitation Number
AG-0281-S-09-0022
 
Response Due
2/27/2009 4:30:00 PM
 
Archive Date
3/14/2009
 
Point of Contact
Connie Davis,, Phone: 208-765-7496
 
E-Mail Address
cldavis@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
Verbenone pheromone, various ship-to Forest Service office locations in Montana, Idaho, Utah, Wyoming and South Dakota. 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; quotes are being requested and a written solicitation will not be issued. Solicitation AG-0281-S-09-0022 is issued as a Request for Quotation (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. The clauses and provisions referenced in this solicitation can be found in full text form at http://www.arnet.gov/far. The North American Industry Classification Code is 325320 Pesticide and Other Agricultural Chemical Manufacturing. A quotation is requested for two (2) line items. LINE ITEM 1: 58,097 each verbenone anti-aggregating pheromone packets with quantities making up the total to be shipped to 17 different locations in Idaho, Montana, Utah, Wyoming and South Dakota. Butte, Montana 59701----16,180 each Camp Crook 57724 ------ 46 ea Kalispell, MT 59901 ------- 1,952 ea Bozeman, MT 59718 ------- 4,125 ea Helena, MT 59601----------6,740 ea Trout Creek, MT 59874 --------4,000 ea Missoula, MT 59804-------- 8,240 ea (in 2 packages of 620 and 7620) Great Falls, MT 59401 ----------- 72 ea Coeur d’Alene, ID 83814--------88 ea Orofino, ID 83544 ------------ 200 ea Ogden, UT 84403------------- 5,950 ea Lowman, ID 83637 ----------- 1,440 ea Driggs, ID 83422 ---------------700 ea Montpelier, ID 83254---------- 2,500 ea Salmon, ID 83467 ------------- 64 ea Ketchum, ID 83340 ------------200 ea Jackson, WY 83001 ---------- 5,600 ea LINE ITEM 2: 65,690 pouches of methylcyclohexenone (MCH, anti-aggregating pheromone) – “MCH bubblecaps with quantities making up the total to be shipped to 10 locations in Idaho, Montana, Utah and Wyoming. Kalispell, MT 59901 ----------21,070 each Bozeman, MT 59718 ----------5,300 ea Helena, MT 59601---------------6,630 ea Trout Creek, MT 59874--------- 10,480 ea Missoula, MT 59804 ------------- 8,110 ea Coeur d’Alene, ID 83814--------- 3,900 ea Ogden, UT 84403------------------ 4,400 ea Salmon, ID 83467 --------------- 1,000 ea Ketchum, ID 83340 ------------- 1,000 ea Jackson, WY 83001-------------3,800 ea Spreadsheet with addresses, quantities and Points of Contact will be provided to contractor at time of award. Successful Offeror is required to provide proof of a valid and current product registration for their company with the U.S. Environmental Protection Agency. Inspection will be made at the delivery points and will consist of random sampling of the product(s) for conformance with specifications and quantity count. Offeror will specify how materials will be packaged for deliveries. Required deliveries to be made on or before as follows: April 1, 2009 for LINE ITEM 2 MCH pouches and April 15, 2009 for the LINE ITEM 1 Verbenone. All deliveries shall be made on regular workdays (Monday through Friday) during regular business hours (7:30 a.m. to 3:00 p.m. local time), excluding official Federal Government holidays. Contractor shall notify each Government Point of Contact via phone for each location specified at time of award, a minimum of 24 hours prior to delivery. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. The following FAR provisions are incorporated by reference: 52.212-1 Instructions to Offerors -- Commercial Items and 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.232-36 Payment by Third Party (May 1999); 52.225-3 Buy American Act—Free Trade---Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR), 52.232-34 Payment by Electronic funds Transfer—Other than Central Contractor Registration; 52.246-2 Inspection of Supplies—Fixed-Price. One or more awards may be offered to the best value offer made to the Government, considering availability, technical specifications and price. Offers shall be based on U.S. dollars only. Offers must be received by February 27, 2009, at 4:30 p.m. Pacific Standard Time at the Idaho Panhandle National Forests Supervisors Office, ATTN: Acquisition Management, 3815 Schreiber Way, Coeur d’Alene, ID 83815-8363. Faxed offers are acceptable; however, it is the responsibility of the Offeror to verify receipt of faxed documents. Offers may be faxed to: ATTN: Connie Davis, at 208-765-7229. For more information regarding this solicitation, please contact Connie Davis, (208) 765-7496.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=14968fe919a6cdb293a6af6a98bc2141&tab=core&_cview=1)
 
Place of Performance
Address: Various locations in Montana, Idaho, Utah, Wyoming and South Dakota., United States
 
Record
SN01750827-W 20090215/090213220730-14968fe919a6cdb293a6af6a98bc2141 (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.