SOLICITATION NOTICE
87 -- Hay for USDA Animal Import Center in Rock Tavern, NY - Attachments
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 111940
— Hay Farming
- 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-12-0136
- Archive Date
- 9/19/2012
- Point of Contact
- Michael J. Chiodi, Phone: 6123363203
- E-Mail Address
-
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 5 Attachment 4 Attachment 3 Attachment 2 Attachment 1 Form SF-1449 (i) 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; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in an ordering requirements, firm fixed price contract with a base year and four option years. (ii) The reference number is AG-6395-S-12-0136 and the solicitation is issued as a request for quote (RFQ). (iii) 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) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) It is anticipated that a single award will be made. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 111940 and small business size standard is $750,000. (v) This requirement consists of 1 line item for base year and 1 line item for succeeding Option 1, 2, 3, 4 years: Line Item One 0001 - 100% Timothy grass hay, qty of 180 Gross Ton (TG). The Price Schedule, including options, is provided as Attachment 1 to this combined synopsis/solicitation. (vi) The Specifications for this requirement is provided as Attachment 2 to this combined synopsis/solicitation. Procedure for issuing delivery orders and placing orders flowchart is provided as Attachment 3. (vii) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual delivery orders. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined, are equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. In order to allow the Government to determine technical acceptability, the offer shall submit the following product sample to the USDA, APHIS, VS, NY Animal Import Center, 474 International Blvd., Rock Tavern, NY 12575 by the time specified below for receipt of offers: one 60-pound solid, rectangular bale. Additional guidance on price and past performance is provided under provision 52.212-1. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote, a copy of the provision is located in Attachment 4, or (2) complete the Online Reps and Certs Application (ORCA) at http://www.sam.gov and reference in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Additional clauses and provisions are listed and provided as Attachment 4 to this combined synopsis/solicitation. (xii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.sam.gov. (xiii) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiv) Numbered notes not applicable (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm central time on September 4, 2012. Faxing or emailing quotes is acceptable. In order for an interested party to have a complete quotation package, as a minimum, the quotation package must contain the following items mentioned in Attachment 5. (xvi) The assigned Contracting Specialist is Michael Chiodi. Mr. Chiodi may be reached at michael.j.chiodi@aphis.usda.gov, (612) 336-3203 or by fax, (612) 336-3550.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-12-0136/listing.html)
- Place of Performance
- Address: USDA-APHIS-VS, New York Animal Import Center, 474 International Blvd., Rock Tavern, New York, 12575, United States
- Zip Code: 12575
- Zip Code: 12575
- Record
- SN02846746-W 20120822/120820235634-3fbd77cc0fce32156cd34e5519be1fea (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 |