Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

68 -- Herbicide

Notice Date
5/11/2010
 
Notice Type
Presolicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q2149100024
 
Response Due
5/19/2010
 
Archive Date
5/11/2011
 
Point of Contact
Brian Peck Purchasing Agent 6055743132 Brian_L_Peck@nps.gov;
 
E-Mail Address
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
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. The solicitation number is Q2149100024 and is issued as a Request for Quotation. This acquisition is set aside for small business concerns. The NAICS code is 424910; the associated small business size standard is 100 employees. The government intends to award a Blanket Purchase Agreement (BPA) as a result of this solicitation. A quote for all line items is not required. The government may make multiple awards. The government reserves the right to cancel this solicitation. The Contracting Officer has approved a brand name justification for this acquisition. Only the brand names listed will be accepted. The following rationale is provided to justify this brand name procurement: Superior products, significantly higher control of invasive species than any other brand; most advanced land management herbicides on the market; unique active ingredient, excellent environmental profile, registered under the Reduced Risk Pesticide Initiative of EPA. REQUIREMENTS:LINE ITEM 0001: Milestone EPA #62719-519, MINIMUM quantity: 50 Gallons, MAXIMUM quantity: 350 Gallons, Packaging: 2.5-gallon container. LINE ITEM 0002: Plateau EPA #241-365, MINIMUM quantity: 10 Gallons, MAXIMUM quantity: 350 Gallons, Packaging: 1-gallon container. The minimum quantities are guaranteed. Pricing for additional product shall be at the same price unless otherwise specified in the quote. The performance period is 6/2/2010 - 9/30/2010. ORDERINGOrders against this BPA may be placed by telephone, e-mail, or fax, as mutually agreed upon with the contractor. The government shall order at least 10 gallons of Line Item 0001 OR 10 gallons of Line Item 0002 each time an order is placed. DELIVERYThe product shall be DELIVERED WITHIN 3 BUSINESS DAYS of the order. THIS IS A CRITICAL REQUIREMENT. Prior to shipment, vendor must furnish label and MSDS to Chad Prosser, (401) 623-4730, extension 3578 via email chad_prosser@nps.gov. Delivery shall be FOB Destination to an address listed below and will be determined by the government at the time of the order. Badlands National Park25216 Ben Reifel RoadInterior, South Dakota 57750-7020 Theodore Roosevelt National Park315 Second AveMedora, North Dakota 58645-0007 OTHER REQUIREMENTSThe supplied product must be within 18 months of formulation and be verifiable via batch numbers. Vendors must supply a product that has been stored in a climate controlled environment. Vendor must be a certified supplier of pesticide products and possess the technical expertise to respond to questions regarding these products including new formulations. PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference. Full text versions can be found at https://www.acquisition.gov/far/: 52.212-1 Instructions to Offerors - Commercial Items52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004)52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006).52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006).52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).52.222-50 Combating Trafficking in Persons.52.225-13 Restrictions on Certain Foreign Purchases. Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items. 52.225-18 PLACE OF MANUFACTURE (SEPT 2006) (a) Definitions. As used in this clause- " Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (End of provision) SUBMITTING QUOTES: Questions regarding this solicitation must be submitted in writing to the point of contact below. All vendors must be registered in the Central Contractor Registration (CCR), (http://www.ccr.gov) and Online Representations and Certifications Application (ORCA) (https://orca.bpn.gov). Quotations must be received no later than May 19, 2010, 2:00 PM Mountain Time. Quotes will be accepted via email or fax. Submit quotes to: Brian Peck MWR NEKOTA MABO24290 Doane Mountain RdKeystone, SD 57751Email: BRIAN_L_PECK@NPS.GOVFAX: 605-574-9077
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q2149100024/listing.html)
 
Place of Performance
Address: Theodore Roosevelt National Park315 Second AveMedora, North Dakota 58645-0007
Zip Code: 58645
 
Record
SN02146478-W 20100513/100511235140-9478a40e70daf0f979b637cb1f811b70 (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.