Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2011 FBO #3536
SOLICITATION NOTICE

52 -- Chatillon Barrel Scales (Various Models) - SF1449

Notice Date
7/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0101
 
Archive Date
9/2/2011
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449 (Please return first 3 pages) PART I - The Schedule SECTION A - Solicitation RFP This is a combined synopsis/solicitation prepared in accordance with FAR 12 & 13 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. BIDS ARE BEING REQUESTED AND NO OTHER WRITTEN SOLICITATION WILL BE ISSUED. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far and http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html SECTION B - Supplies or Services - Prices/costs ITEMS Estimated Minimum Quantity Estimated Maximum Quantity 001 IN-2 2lb Capacity 1 100 002 IN-4 4lb Capacity 1 100 003 IN-6 6lb Capacity 1 100 004 IN-25 25lb Capacity 1 100 005 IN-60 60lb Capacity 1 100 During the period specified in FAR clause 52.216-18, ORDERING, there is no specified minimum or maximum. SECTION C - Description/Specifications Firm Fixed Price Indefinite Quantity/Indefinite Delivery Blanket Purchase Agreement (BPA) to provide Chatillon Barrel Scales (Various Models) as needed for the AMS Fresh Produce Branch. DESCRIPTION OF AGREEMENT Establish a Fixed Priced Indefinite Quantity/Indefinite Delivery Blanket Purchase Agreement to provide Chatillon Barrel Scales (Various Models) as needed for the AMS Fresh Produce Branch for a base period of one (1) year and four (4) possible option periods. PERIOD OF PERFORMANCE This BPA is effective from October 1, 2011 through September 30, 2012 with four (4) option periods. Per FAR 13-303-6. The Contracting Officer and individuals and/or organization component authorized to place BPA calls will ensure the BPA is reviewed at least annually and updated at that time to make new arrangements or modify existing arrangements, and to validate the need for this BPA. There is an allowance for economic price adjustments In accordance with FAR 52.216-5 applicable to periods 2 thru 4 Any price increases shall be subject to approval by APHIS prior to exercise of option. Unilateral termination of this BPA may occur at any time by either party Base Period 10/01/2011 - 09/30/2012 Option Period 1 10/01/2012 - 09/30/2013 Option Period 2 10/01/2013 - 09/30/2014 Option Period 3 10/01/2014 - 09/30/2015 Option Period 4 10/01/2015 - 09/30/2016 *52.216-5 Price Redetermination-Prospective Applies for periods 2-4 EXTENT OF OBLIGATION The Government is obligated only to the extent of authorized calls actually placed against this BPA. PRICING Calls may only be placed against BPA upon verification of current approved pricing from Vendor. Any Price increase must be approved by contracting office before order is placed. CALL LIMITATION Calls placed by individuals authorized under this BPA shall not exceed the dollar limitation listed on the Individuals Authorized to Place Call Orders: BPA Maximum Dollar Limit: $TBD BPA Call Limit: $TBD INDIVIDUALS AUTHORIZED TO PLACE BPA CALLS Procedure for issuing BPA Calls is included in this agreement. The following individuals and/or organizational component are authorized to place BPA calls: Contract Specialists and Purchasing Agents, APHIS/MRPBS/ASD/ Minneapolis, MN with warrant authority NTE $TBD INVOICES USDA-AMS will begin issuing BPA Calls (delivery orders) shortly after award of the basic BPA contract. They will be numbered with an AG-6395-K-11-. Upon delivery and acceptance of the products for any BPA Call (orders), the AMS will submit the invoice for payment against the BPA Contract number, referencing the individual call number. The Contractor shall submit an original invoice (or electronic invoice, if authorized,) to the address designated in the contract to receive invoices. An invoice shall include the following: (I) Name and address of the Contractor (2) Invoice date; Invoice number; (3) BPA number, contract line item number, and the call order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered; (5) Terms of any prompt payment discount offered; (6) Name and address of official to whom payment is to be sent; and (7) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. The invoice will be verified by the customer and processed. RECEIPT AND ACCEPTANCE OF SERVICES Receipt of services shall be indicated by signature and date on the appropriate form by the authorized Government representative. J. FOB POINT: DESTINATION USDA, AMS, FVP, FPB Equipment & Forms Depot 100 Riverside Parkway Ste 101 Fredericksburg, VA 22406 DELIVERY Delivery point and time of delivery will be verified by the individual making the call. BILLING ADDRESS: USDA, AMS, FVP, FPB Equipment & Forms Depot 100 Riverside Parkway Ste 101 Fredericksburg, VA 22406 POINT OF CONTACT All correspondence and or questions pertaining to this BPA should be directed to: Joshua Neal Henson USDA, AMS, FVP, FPB Equipment & Forms Depot 100 Riverside Parkway Ste 101 Fredericksburg, VA 22406 Phone: 540-361-1120 Fax: 540-361-1199 Joshua.Henson@ams.usda.gov MODIFICATION OF THIS BPA At any time the Contracting Officer may modify this BPA to change, add, or delete some of the terms or conditions. Whenever you receive a modification, always read it in its entirety and comply with it. Ensure the modification is placed in the BPA file. MAINTAINING CALL REGISTERS A call resister will be maintained by the Using Activity. The register may contain at least the following information: 1. BPA Number 2. Name of the Contractor 3. Call umber 4. Description of supplies being ordered on the call 5. Date call was placed 6. Individual who placed the call 7. Delivery Date 8. Dollar amount of the call (remember to not exceed the approved dollar limitations) 9. Accounting Classification All calls placed against this BPA must be recorded on the call register. The BPA call number should begin with 0001 and remain consecutive for the life of the BPA. Calls can be "voided"; however the file must be documented to explain circumstances. BPA CLOSE-OUT The Program Contract Administrator should coordinate with the Contractor and Financial Management to make sure all payments are made before the close-out. SECTION D - Packaging and Marking No clauses are included in this section SECTION E - Inspection and Acceptance Inspection and Acceptance is in Accordance with FAR clause 52.212-4. Inspection and acceptance will be performed at: USDA, AMS, FVP, FPB Equipment & Forms Depot 100 Riverside Parkway Ste 101 Fredericksburg, VA 22406 SECTION F - Deliveries or Performance Fob Destination Delivery, Inspection and Acceptance in accordance with clause 52.212-4 SECTION G - Contract Administration The USDA has designated Joshua Henson to coordinate the delivery and inspection to be completed under this contract. Contact information is listed below. Joshua Henson USDA, AMS, FVP, FPB Equipment & Forms Depot 100 Riverside Parkway Ste 101 Fredericksburg, VA 22406 Phone: 540-361-1120 Fax: 540-361-1199 Email Joshua.Henson@ams.usda.gov SECTION H - Special Contract Requirements No Special Requirements PART II - CONTRACT CLAUSES SECTION I - Contract Clauses 52.252-2 Clauses Incorporated by Reference. CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm¬¬¬¬ or http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (May 2011) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). __ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). __ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (10) [Reserved] X 11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (16) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (18) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (19) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). X (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). X (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). X (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). __ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (30) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). X (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (32) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (33)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). X (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (46) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (49)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.212-4 Contract Terms and Conditions-Commercial Items. (June 2010) 452.211-74 Period of Performance. (FEB 1988) 452.216-74 Ceiling Price. (FEB 1988) 52.217-9 Option To E to Extend the Term of the Contract. (Mar 2000) 52.216-18 Ordering. (Oct 1995) 452.216-73 Minimum and Maximum Contract Amounts. 52.216-22 Indefinite Quantity. 52.216-5 Price Redetermination-Prospective. (Oct 1997) 52.216-2 Economic Price Adjustment-Standard Supplies. 52.232-18 Availability of Funds. SECTION I The following Federal Acquisition Provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. (June 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items. (May 2011) PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J - List of Attachments ATTACHMENT TITLE NO. OF PAGES 1 SF 1449 form 39 Please return first 3pages PART IV - Representations and Instructions SECTION K - Representations & Certifications Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete and return only paragraphs (c) through (o) of this provision. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. SECTION L - Instructions, Conditions and Notices to Offerors Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220 or consult online hand book at http://www.ccr.gov/handbook.aspx Instructions for Submitting Quotes 1. Completed and signed copy of SF1449 (first three pages of the attached solicitation). 2. Offers will be accepted via e-mail Fax, or mail. Please e-mail to: Carol.Dingess@aphis.usda.gov or Fax to: 612-336-3550 Mailing address for proposals is as follows: USDA, APHIS, MRPBS, ASD, Contracting Team Attn: Carol Dingess Butler Square, 5th Floor 100 North Sixth Street Minneapolis, MN 55403 3. The Representations and Certifications 52.212-3, If an offeror has not completed annual representations and certifications electronically at the ORCA website, the offeror shall complete and return only paragraphs (c) through (o) of this provision. SECTION M - Evaluation Factors for Award The Government will award from this solicitation to the lowest priced most technically acceptable, responsible offeror whose offer best conforms to the solicitation specifications, and is most advantageous to the government. Price, Technical, Delivery and other factors considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0101/listing.html)
 
Place of Performance
Address: USDA, AMS, FVP, FPB, Equipment & Forms Depot, 100 Riverside Parkway Ste 101, Fredericksburg, Virginia, 22406, United States
Zip Code: 22406
 
Record
SN02515880-W 20110731/110729235448-5cd92630fc3f3d142edacad8a8892a4d (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.