Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

37 -- Twin Rotor Dough Former Integrated with Air Ejection Rotary Cutter - Specifications

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311211 — Flour Milling
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Pacific West Area, Area Office, 800 Buchanan Street, Albany, California, 94710-1105, United States
 
ZIP Code
94710-1105
 
Solicitation Number
AG-32SAD-S-12-0070
 
Archive Date
10/10/2012
 
Point of Contact
Louise L. Snitz, Phone: 510-559-6022
 
E-Mail Address
louise.snitz@ars.usda.gov
(louise.snitz@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Specifications for Twin rotor dough former (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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. AG-32SD-S-12-0070 is issued as an RFQ (Request for Quotation). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) This procurement is unrestricted. (v) Line Item No. 001. Provide equipment per attached specifications. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The offeror may provide his/her quote on letterhead stationery. (ix) The provision 52.212-2, Evaluation-Commercial Items applies to this acquisition. The specific evaluation criteria are price and technical compliance. Provide a technical description addressing the latter. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer as well as the following completed provision:. 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) (a) Awards made under this solicitation 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 offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation.(b) The Offeror represents that - (1) The Offeror 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 of the 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 the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) The Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal or State law in the 24 months preceding the date of offer.(3) The Offeror does [ ], does not [ ] (check one) have 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.(End of provision) (xi) The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; AGAR 452.209 - 71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS (a) This award is 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. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to 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, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these Attachment 1 AGAR Advisory 104 Attachment 1, AGAR Advisory 104 convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, USDA, Agricultural Research Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739. (End of Clause) (xiii) The following clauses and provisions are incorporated into this solicitation: The full text of all clauses and provisions are available at www.acqnet.gov (xiv) Offers are due at the USDA, ARS, Western Business Service Center, ATTN: L.Snitz; 800 Buchanan Street; Albany, CA 94710-1105, on September 25, 2012 at close of business (5:00 pm Pacific Daylight Time.) You may fax to 510-559-6023 or (preferably) e-mail to louise.snitz@ars.usda.gov. (xvi) Contact Louise Snitz, 519-559-6022 for additional information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PWAO/AG-32SAD-S-12-0070/listing.html)
 
Place of Performance
Address: USDA, Agricultural Research Service, 67826-A Hwy 205, Burns, Oregon, 97720-9803, United States
Zip Code: 97720-9803
 
Record
SN02891288-W 20120922/120921000503-f395d9530d6ebfe7a98554a1d4608bab (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.