SOLICITATION NOTICE
68 -- Purchase of Pesticides for indoor/outdoor use.
- Notice Date
- 5/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325320
— Pesticide and Other Agricultural Chemical Manufacturing
- Contracting Office
- RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-11-T-0152
- Response Due
- 5/26/2011
- Archive Date
- 7/25/2011
- Point of Contact
- Samantha Shultz, 410-278-5088
- E-Mail Address
-
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(samantha.shultz@us.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. 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 combined synopsis/ solicitation number is W91ZLK-11-T-0152. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-51. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 325320 and the Business Size Standard is 500. The Government contemplates award of a firm-fixed price Purchase Order. In accordance with the specifications, using Federal Acquisition Regulation FAR PART 13.5, Test Program for Certain Commercial Items. NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. Acceptance shall be at destination. Shipping shall be FOB Destination to: Directorate of Installations Operations AMSSB-GIO, Bldg. 5110 Aberdeen Proving Ground, MD 21005 Delivery of all material shall be made within 48 hours after the order is placed. All deliveries shall be made by properly approved vehicles conforming to state regulations for licensing. Deliveries are received Monday thru Friday 0800 to 1500 except holidays. Description of the Requirement: Contract to purchase pesticides in accordance with the following specifications and attached Material listings for the Period Of Performance (POP) of one year from date of award. Material must be available on an as needed basis. All material shall be delivered to the pest control supervisor or his agent located in Building 5110 in the Aberdeen Area of Aberdeen Proving Ground due to limited storage. This will also minimize the handling of these chemical products and comply with the waiver granted under the Model Installation Program. Pesticides shall be within shelf life, meet all Environmental Protection Agency (EPA) specifications, and conform to material listings. No products will be accepted if the products expiration date has been reached or at the discretion of the Government Contracting Officer Representative (COR). Substitution may be permitted with approval of COR. Current labels and Material Safety Data Sheets shall be provided with all materials delivered. Government COR: To be appointed at time of award CLIN 0001 Outdoor Pesticide: Outdoor Pesticides shall be ordered off of CLIN0001 for Outdoor Pesticide. CLIN 0002 Indoor Pesticide: Indoor Pesticides shall be ordered off of CLIN0002 for Indoor Pesticide. Material Listings: 1.Maxforce Professional Insect Control Roach Bait (Hydramethylnon), 72/bag; 4bags @ $___________ per bag 2.Aerosol, Whitmire, PT 565 Plus XLO (Pyrethrins), 12 x 20 oz/cs per case, BW540 @ $__________ per one case 3.Victor Snap trap for mice, 72/case, M325 @ $_________ per one case 4. Aerosol, Wasp Freeze, (Chlorofluorocarbon); 12 x 14 oz per case, BW36 @ $__________ per one case 5.Suspend SC, 16 pints per case, @ $______ per one pint, $_______ per one case 6.Bio-Mist 2x2 gal bottle/case @ $_______ per one case 7.Sticky traps for roaches, 150 per box @ $________ per one box 8.Maxforce FC Professional Insect Control Ant Killer Bait Gel (Fipronil) @ $ -_______ per one box 9.Weedar 64, 2-4-D, Dimethylamine, 2.5 gal, @ $ ________ per one case 10. Maxforce Professional Insect Roach Control Bait Gel, 24 Dispensers, 8boxes per case, @ $_________ per one case 11. Herbicide, Razor Pro (Glyphosate), 2-2.5 gal per can, ZR032, @ $_______ per one can 12.Combat for large roaches, 96 per case, @ $_____ per one box, 8 per box, 12 boxes per case, @ $________ per one case 13.Rodent baiters, Bait station, Rat (large) @ $________ per one case 14.Aerosol, Whitmire, Ultracide 12 x 16 oz/case, @ $_______ per one case 15.Maxforce FC Professional Insect Control Ant Bait Stations, 4 bags/cs @ $ -_________ per bag 16.Malathion (57%), 2.5 gal/bottle, @ $_______ per one bottle 17.M3-20 Victor Mouse glue traps, @ $________ per one case 18.Arsenal, Powerline herbicide, 2-2.5 gal bottle @ $________ per one bottle 19.Protecta Mouse, 12 per case @ $________ per one case 20.Pramitol 5 PS, 25 lb bag, @ $________ per one bag 21.Combat Quick Kill Large Roach 8/box @ $__________per box 22.Talon G Rodenticide (Brodifacoum) 4 cans @ $_________per can 23.Pro-Control Plus Total Release Fogger, 12x6oz/case @ $_________ per one case 24.Cobweb Eliminator 12x32oz/case, @ $_______ per one case 25.Telstar Granules, 25 lbs bags, @ $________ per one bag 26.Expel Odor Neutralizer, 6x20 oz/case @ $_________ per one case 27.Lemon Mist Deodorizer 12x1Qt/case @ $_________ per one case 28.Altosid Briquets, 220 briquets/box @ $_________ per one case 29.Altosid liquid 2x2- gal bottles @ $_________ per one case 30. Contrac Rat & Mouse Meal Bait, 120x1.5 oz/box, 4 Box/case @ $_______ per one case 31. Snake Away, 6X4/case @ $________ per one case 32. Pro-flush, 2.5 gal/case, @ $__________ per one case 33. Contrac Bait Blox, 18lb pail @ $_________ per one pail 34. Rodeo, (Glyphosate) 2-2.5 gal @ $ _________per one gallon 35. BIG Sur 90 2-2.5 gal @ $__________per one gallon 36. Pathfinder II, 2-2.5 gal @ $__________per one gallon 37. Cirrus Fogging Concentrate, @ $__________per one case 38.Termidor SC, 4-78 oz @ $________per one case 39.Delta Dust, 24-1LB/case @ $________ per one case 40.Maxforce Complete Granular Insect Bait, 6 x 8 oz @ $________ per one case 41.Catchmaster 912 Fly Trap 12" (mini-gold stick) 12/cs @ $________ per one case 42.Traper Glue Board Rat 24 x 2 packs @ $________ per one pack 43.Combat Ant Kill Hydramethylnon 6/box @ $________per one box 44.Victor Fly-In Saucer M362 PCO 12/cs @ $_________per one case 45.Demand CS 8x8 oz per case @ $__________ per one case 46.Combat Roach (small 41910) 12/box @ $_________per one box Total Amount for all products: _______________ Contractor's note: Prior to the commencement of any work which would cause the amount of this purchase order to be exceeded, the contractor shall notify contracting office point of contact, Ms. Mary Ward 410-278-2412, with revised estimate and cost breakout. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The Government will award a firm fixed price purchase order based on the Lowest Price (LP) to the Government. All offered items must meet the specifications of the proposed applicable item or the offer will be rejected as technically unacceptable. A technically acceptable offer is required to fully meet all the specifications. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) 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 (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 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 Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 4:00 PM EST May 26, 2011 via e-mail to samantha.l.shultz2.civ@mail.mil at the US Army Contracting Command - Aberdeen Proving Ground, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Samantha Shultz, Contract Specialist, via email at samantha.l.shultz2.civ@mail.mil. Please provide any questions no later than May 24, 2011 at 2:00 PM EST. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/12d564ebab41095939ef8ca892cdc534)
- Place of Performance
- Address: Army Contracting Command - Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02442532-W 20110508/110506235033-12d564ebab41095939ef8ca892cdc534 (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 |