SOLICITATION NOTICE
68 -- Chemicals for DDJC
- Notice Date
- 11/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325320
— Pesticide and Other Agricultural Chemical Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP330013Q0006
- Point of Contact
- Michael Hayes Minto, Phone: 7177706145
- E-Mail Address
-
michael.minto@dla.mil
(michael.minto@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-13-Q-0006. This solicitation is issued as set aside for small business concerns. VENDORS MUST BE LICENSED WITHIN THE STATE OF CALIFORNIA TO DISTRIBUTE CHEMICALS. OFFERS MUST SUBMIT DOCUMENTATION OF THIS LICENSE. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-61 effective 15 OCT 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120906 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2013-01. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. Brand Name Justification Section 136r-1 of Title 2, United States Code states "A pesticide that the Administrator of the EPA, in accordance with 7 U.S. C. 136 (reference (a)), or a State regulatory agency determines to have the potential to cause unreasonable adverse effects on the environment or human health, when applied in accordance with its directions for use, and therefore, requires additional regulatory restrictions. Restricted Use pesticides can only be purchased by State - or DoD- certified individuals who present proper credentials. Therefore, for CLINS 0001 through 0006 - only the Brand Names listed below for each CLIN may be quoted on. The resulting contract type will be firm-fixed price. DESCRIPTION OF ITEMS: The Defense Logistics Agency Distribution San Joaquin (DDJC) has a requirement for a fixed rate supplies contract to supply Specific Brand Name Herbicides and Chemicals as shown below. Shipping address is DEFENSE DISTRIBUTION DEPOTS SAN JOAQUIN. BOSS RCVG WHSE 21, SEC 4. 25600 S CHRISMAN RD. TRACY, CA 95304-5000 LINE ITEMS CLIN - 0001 BRAND NAME ONLY MARK IT BLUE DYE / NONPERMANENT, IN ACCORDACE WITH EPA REGUALTION # 352-645 Unit Price $_________ x 150 GL (Gallon) = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). CLIN - 0002 HERBICIDE, GLYPHOSATE 41.0 %: BRAND NAME ONLY - RAZOR PRO 30 GALLON DRUM, IN ACCORDANCE WITH EPA REGULATION 524-475. Unit Price $______________ x 9 DR = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). CLIN - 0003 HERBICIDE, AMINOPYRALID. BRAND NAME ONLY - MILESTONE VM. 2.5 GALLON JUG, IN ACCORDANCE WITH EPA REGULATION 524-475. Unit Price $__________ x 20 JG (JUG) = $____________ (Total Price). Delivery _________ Days ARO (After Receipt of Order). CLIN - 0004 TEBUTHIURON 80.0% : BRAND NAME ONLY - SPIKE 80DF, 6 X 4 LBS PER CASE IN ACCORDANCE WITH EPA REGULATION 62719-107 Unit Price $______________ x 60 CS (CASE) = $____________ (Total Price) Delivery _________ Days ARO (After Receipt of Order). CLIN - 0005 HERBICIDE, SULFOMETURON METHYL 50.0%, CHLORSULFURON 25.0%: BRAND NAME ONLY - LANDMARK XP. 4 LBS JUG, IN ACCORDANCE WITH EPA REGULATION 352-645 HERBICIDES. Unit Price $______________ x 30 EA = $____________ (Total Price) Delivery _________ Days ARO (After Receipt of Order). CLIN - 0006 HERBICIDE, SULFOMETURON: BRAND NAME ONLY - OUST XP 3 LB, IN ACCORDANCE WITH EPA REGULATION 352-601 Unit Price $______________ x 45 EA = $____________ (Total Price) Delivery _________ Days ARO (After Receipt of Order). TOTAL FOR ALL CLIN's $_______________________ COMPANY NAME: _________________________________ CAGE CODE: _________________________________ POC NAME: _________________________________ POC PHONE: _________________________________ Delivery point is FOB DESTINATION to DLA DISTRIBUTION SAN JOAQUIN, CALIFORNIA. BOSS RCVG WHSE 29, SEC 5 25600 S CHRISMAN RD. TRACY, CALIFORNIA 95304-5000 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Contractors must be able to accept the Government Credit Card for payment. CONTRACT CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012), Addenda to 52.212-4; the following clauses apply: FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) FAR 52.247-34 F.O.B. DESTINATION (NOV 1991) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006). FAR 52.252-2 CLAUSE 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://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition.Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD This contract/order will be paid by Government purchase card. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS-COMMERCIAL ITEMS (AUG 2012) IN PARAGRAPH (B) THE FOLLOWING CLAUSES APPLY: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (AUG 2012) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011). FAR 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (APR 2012). FAR 52.222-3 CONVICT LABOR (JUN 2003) FAR 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) FAR 52.222-26 EQUAL OPPORTUNITY (MAR 2007) FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) FAR 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.232-36 PAYMENT BY THIRD PARTY (FEB 2010) FAR 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS (FEB 2006) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS. (JUN 2012) THE FOLLOWING ADDITIONAL CLAUSES/PROVISIONS APPLY: DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS 252.225-7036 BUY AMERICAN ACT-FREE TRADE AGREEMENT-BALANCE OF PAYMENTS PROGRAM I (JUN 2012) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) SOLICITATION PROVISIONS DLAD 52.233-9000 AGENCY PROTESTS (NOV 2011) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (NOV 2011) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) FAR 52.212-1 Instruction of Offerors-Commercial items (FEB 2012) applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Price Quote (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Quotes submitted shall be clearly identified as source selection sensitive and therefore include a statement at the top or bottom of each page as follows: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104 (7) Do not calculate past the second decimal point of cents. 2. Price quotes must be submitted via one of the following methods by 3:00PM ET, Nov 23st, 2012: Email to: Michael.Minto@dla.mil ; Attn: Michael Minto or Mail to: Defense Distribution Center, DDC-AB, ATTN: Michael Minto, 2001 Mission Drive Building 404, New Cumberland, PA 17070. PLEASE NOTE: ALTHOUGH NOT REQUIRED, EMAIL IS THE PERFERRED METHOD FOR SUBMISSION OF QUOTES. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.bpn.gov. 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) - Quotes will be evaluated in accordance with FAR 13.106. Award will be made to the contractor whose quote represents the total overall lowest price for all NAME BRAND ONLY items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330013Q0006/listing.html)
- Place of Performance
- Address: DLA Distribution San Joaquin (DDJC), Boss RCVG WHSE 21, SEC 4, 25600 S CHRISMAN RD., TRACY, California, 95304-5000, United States
- Zip Code: 95304-5000
- Zip Code: 95304-5000
- Record
- SN02923935-W 20121104/121102234242-051cb753ce2c68a8528840e70cd7a7e2 (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 |