SOLICITATION NOTICE
37 -- Framed Pollination Screens - Cages - Attachments
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, National Animal Disease Center, 2300 Dayton Avenue, Ames, Iowa, 50010, United States
- ZIP Code
- 50010
- Solicitation Number
- AG-6125-S-12-0002
- Point of Contact
- Matthew Treska, Phone: 5153377415
- E-Mail Address
-
matthew.treska@ars.usda.gov
(matthew.treska@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AGAR 452.209-70 Cage Specifications Diagram 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-6125-S-12-0002 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The NAICS code applicable to this acquisition is 332999. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, North Central Regional Plant Introduction Station has a requirement/need for a contractor to provide sixty (60) Framed Pollination Screens. The details and specifications for the pollination screens are as follows: (a) Screen shall be a "fitted" style with flap and with a 60 inch brass zipper on each end; (b) zippers shall be installed so that when the zipper is closed the zipper pull must be at the bottom. Zipper should start 4 inches below the top of the screen; (c) screen dimensions shall match the drawing provided with some adjustment by the vendor to allow for normal shrinkage; (d) screen material and flaps shall be 20x20 mesh natural color; (e) all corners shall be reinforced with vinyl; (f) Frames - frames shall be constructed of 1-3/8" (Outer Diameter) ANSI galvanized 1" steel round pipe, schedule 5, with 0.065" wall thickness. Fittings shall be 1-1/2" (Outer Diameter) galvanized electrical metallic tubing, trade size 1.25", with 0.065" wall thickness and welds painted with galvanized pain to prevent corrosion. Frame dimensions shall match those on the attached drawing. Offerors shall provide a mock-up of one fitting and one short (at least 24") piece of pipe for inspection by Plant Introduction personnel prior to acceptance of offer (pipes and fittings must be compatible with existing equipment). DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed equipment with enough detail to ascertain whether the equipment meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html ; and 4) a completed copy of AGAR 452.209 - 70, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION attached with this posting. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-North Central Regional Plant Introduction Station, 1305 State Ave., Ames, Iowa 50014. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Matthew Treska, Purchasing Agent, USDA, ARS, NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 8:00 a.m., August 30, 2012. Quotes and other requested documents may be provided by email: matthew.treska@ars.usda.gov or facsimile to (515) 337-7243 if desired. Additional information may be obtained by contacting the Contracting Officer at matthew.treska@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NADC/AG-6125-S-12-0002/listing.html)
- Place of Performance
- Address: USDA-ARS-Plant Introduction, 1305 State Ave., Ames, Iowa, 50014, United States
- Zip Code: 50014
- Zip Code: 50014
- Record
- SN02819342-W 20120801/120730234648-d426badf3bbc2ad386b5d2929deebd2a (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 |