Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

23 -- Honda ATV’s, TRX420FM Olive Green - Package #1

Notice Date
5/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441221 — Motorcycle, ATV, and Personal Watercraft Dealers
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-12-0080
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Honda ATV’s, TRX420FM Olive Green. Combined Synopsis/Solicitation Honda ATV's, TRX420FM Olive Green. AG-6395-S-12-0080 1. This is a combined synopsis/solicitation for commercial products- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. 2 This requirement is for a total small business set-aside. The NAICS code is 441221. The small business size standard is $30 million dollars or less. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Services (WS), 6213-E Angus Drive, Raleigh, NC 27617. 3 The solicitation number for this effort is AG-6395-S-12-0080 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 4 Schedule of Supplies/Services: Item No. Schedule of Supplies/Services Quanitity Unit Unit Price Amount Honda ATV's, TRX420FM Olive Green for WS NC, Req 584003 AG-6395-S-12-0080, WS Raleigh, NC 27617 001 Honda ATV's, TRX420FM Olive Green, less Bonus Bucks Rebate. 5 each 002 Delivery costs to USDA APHIS WS, WS Raleigh, NC 27617, if not picked up at the dealership. Total Delivery Costs Total Estimated Number of days to deliver after receipt of order HOW MANY DAYS IS OFFER VALID? DAYS Signature Print name TAX ID# DATE DUNS # SUBMITTED BUSINESS SIZE (CHECK ONE PLEASE) SMALL LARGE The Contractor shall supply the quantity of line items listed above, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. All products may be picked up at the dealership when ready for delivery, or delivered (to be determined) to USDA, APHIS, Wildlife Services (WS), 6213-E Angus Drive, Raleigh, NC 27617. 5. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (x) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Low Price Technical acceptable, award will be made to the lowest priced responsible/responsive offeror meeting all technical and delivery requirements. (xi) The provision 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. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside, 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.223-15, Energy Efficiency in Energy-Consuming Products, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. CCR information may be found at http://www.ccr.gov. 6. Addendum, additional requirements: REPRESENTATION REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS Awards made under this announcement are subject to the provisions contained in the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112~55, Division A, Sections 738 and 739 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all applicants must complete the paragraph (1) of this representation, and all corporate applicants also must complete paragraphs (2) and (3) of this representation. (1) Applicant [insert applicant name] is is not (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories ofthe United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for~profit and non-profit organizations.) If Applicant checked "is" above, Applicant must complete paragraphs (2) and (3) of the representation. If Applicant checked "is not" above, Applicant may leave the remainder ofthe representation blank. (2) Applicant [insert applicant name] has has not __(check one) been convicted ofa felony criminal violation under Federal or State law in the 24 months preceding the date of application. Applicant has _ has not __ (check one) had any officer or agent of Applicant convicted ofa felony criminal violation for actions taken on behalf of Applicant under Federal or State law in the 24 months preceding the date of signature. (3) Applicant [insert applicant name] has does not have __ (check one) any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 7. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by May 15, 2012 1:00 PM CST. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the item, CLINS 001-009 which provides the total price. 2) Signature of the offeror on the page which lists the price. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-12-0080/listing.html)
 
Place of Performance
Address: USDA APHIS WS, 6213-E Angus Drive, Raleigh, NC 27617., Raleigh, North Carolina, 27617, United States
Zip Code: 27617
 
Record
SN02736119-W 20120503/120502000305-fa286694c20084d83b21ae4afea83587 (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.