Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2011 FBO #3372
SOLICITATION NOTICE

88 -- Purchase of Pack String - Price Sheet

Notice Date
2/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424590 — Other Farm Product Raw Material Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern Province Acquisitions, Redding Office, 3644 Avtech Parkway, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9A28-S-11-0005
 
Point of Contact
Katie Pasini, Phone: 530-252-6621
 
E-Mail Address
kepasini@fs.fed.us
(kepasini@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-49. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-9A28-S-11-0005 and is a Request for Quotation (RFQ). Submit written offers only; oral offers will not be accepted. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 424590 and the size standard is 100 employees. Only one contract will be awarded. A firm-fixed price purchase order will be issued. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. DESCRIPTION: Since its inception the Forest Service has utilized mules in support of the mission to which it is assigned. Certain minimum requirements have been established and the successful contractor/seller shall comply with the established parameters when supplying mules for both packing and as mounts. This requirement is for the purchase of twelve head of pack mules and one mule capable of both packing and the ability to be ridden. All mules shall be guaranteed sound and gentle upon delivery. Prior to shipment, a Government representative will inspect all candidate mules for the following minimum requirements and any mules that do not meet the criteria stated shall be rejected and a replacement mule shall be supplied by the contractor at no additional cost to the Government. CONFORMATION REQUIREMENTS: Mules shall weigh approximately 1000 pounds, have a minimum height 14 hands, a maximum height of 15 hands tall, and have good bone with a good square conformation. Feet shall be black, well shaped, free of major defects and preferably unshod. Color preference is red, black or blonde. Maximum acceptable age is 6 years old and minimum acceptable age is 4 years old as of January 1, 2011. Both male and female mules are acceptable. DISPOSITION/TRAINING REQUIREMENTS: All mules shall have calm and quiet dispositions. Mules shall be broke to safely allow handling of feet and ears. Mules shall be easily haltered without giving any indications of head-shyness or resistance to being caught. Mules shall exhibit good ground manners and remain calm when being handled and/or tied. Candidate mules shall stand still and calm while being saddled and shall show no signs of aggressiveness or being "cinchy" during this process. All mules shall load and unload from a variety of trailers without difficulty and stand quietly while loaded. Balking will be a disqualifying factor when considering the purchase of a candidate mule. All candidate mules shall exhibit a quiet temperament and remain calm when any number of people or equipment are moving or standing around them. They must display confidence in any number of environments, including areas of unsure footing, tight enclosed or narrow spaces, moving vehicles/equipment, loud noises and/or bangs and popping sounds. Riding mule shall stand still and calm while being mounted and dismounted and show obvious signs of training and experience, by responding appropriately to rider's ques and commands. Riding mule shall demonstrate a proper understanding of stopping, turning and backing with only a light to moderate touch. The mule shall not offer to buck, bolt or otherwise harm or dismount the rider in anyway. The mule shall be trained and capable of leading a full string of mules through rough terrain. The Government's preference is that the mule will be in the bridle, but a snaffle may be considered, if the mule meets the above criteria. DELIVERY: All mules shall be delivered FOB Destination to the Tehama County Fairgrounds at 650 Antelope Boulevard, Red Bluff, CA 96080 on Friday April 1, 2011. FAR 52.247-34 FOB Destination. DOCUMENTATION REQUIRED: It is the awarded contractor's responsibility to obtain and provide all required documentation for transportation across state lines. PHYSICAL EXAMINATION: Upon delivery a government inspector will conduct a final inspection on all the stock to ensure the specifications have been met. A veterinarian will be on site to conduct a vet check and determine age, health and soundness of all stock. The Government retains the right to return a candidate mule to the contractor/seller, if after 30 days, the animal is deemed not suitable for service. This determination will be based on the selection criteria or if the mule is discovered to have a pre-existing medical problem, chronic disease or a hereditary defect that could render the mule unsuitable for service. The vendor shall replace the mule within thirty days of receipt of notice that any of the aforementioned conditions exist. This animal shall be replaced with a mule that meets all the selection criteria at no additional cost to the Government. The Government retains the sole right to make any and all determinations as to the acceptability/unacceptability of the candidate(s). The contractor/seller shall not, in any case, hold the Government responsible for the disposition of a medically or physically defective mule. SUBMISSION REQUIREMENTS: Submit pricing information on the attached Price Sheet, or as stated in FAR 52.212-1, paragraph (b), with other requested information, (include DUNS number). Pricing shall include all shipping with a lump sum price. The vendor shall submit information regarding the proposed mules offered; this should include a quality assurance statement. The quality assurance statement shall include, but is not limited to, a brief summary of how the offerors firm will ensure that the Government receives the specified stock by the required date. Offerors shall furnish a reasonable number of references for past performance. The Government may contact references to inquire if: (1) that the offeror was capable, efficient, and effective; (2) the offeror's performance conformed to the terms and conditions of its contract (specifications); (3) finished within the contract time; (4) the offeror was reasonable and cooperative during performance; and (5) the offeror was committed to customer satisfaction. Past performance information that will be considered is not limited to the references provided by the offeror. Representations and Certifications shall be submitted in accordance with FAR 52.212-3 unless registered in ORCA as described below. EVALUATION CRITERIA: The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the combined synopsis/solicitation, will be most advantageous to the Government, considering proposed mules that meet or exceeds specified requirements, past performance and price. When combined, non- price factors are approximately equal to price. PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) The following addenda is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror; Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. This clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2011); the following FAR clauses are applicable as listed in 52.212-5: FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) FAR 52.219-8 Utilization of Small Business Concerns (DEC 2010) FAR 52.219-14 Limitations on Subcontracting (Dec 1996) FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification (Jan 2009) FAR 52.225-1 Buy American Act - Supplies FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. Alternate I FAR 52.233-4 Applicable law for Breach of Contract Claim FAR 52.225-13 Restrictions on Certain Foreign Products FAR 52.233-3 Protests After Award Provisions and Clauses incorporated by reference in this solicitation can be accessed on-line in full tedt at the following websites: http://www.arnet.gov/far. RESPONSE TIME: Request for Quotation will be accepted at Northern California Acquisitions Service Area, Susanville Office, Susanville, CA 96130 NO LATER THAN 4:30 p.m. Pacific Daylight Time on February 24, 2011. Quotations may be faxed to 530-252-6408 or emailed to kepasini@fs.fed.us. Point of Contact for this solicitation is Katherine E. Pasini, 530-252-6621.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A28/AG-9A28-S-11-0005/listing.html)
 
Place of Performance
Address: Shasta Trinity National Forest, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02380013-W 20110217/110215234101-6c9a97dff1a719046b6213fcb0a34829 (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.