Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2014 FBO #4444
SOLICITATION NOTICE

68 -- Krovar IDF Herbicide Granules or equal for ariel application - Brand Name or Equal Justification

Notice Date
1/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325320 — Pesticide and Other Agricultural Chemical Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FB202733470074
 
Archive Date
2/20/2014
 
Point of Contact
James S. Vaughan, Phone: 8017776077, Debbie L Hope, Phone: 801-777-5373
 
E-Mail Address
James.Vaughan@hill.af.mil, Debbie.Hope@hill.af.mil
(James.Vaughan@hill.af.mil, Debbie.Hope@hill.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name or Equal Justification 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; proposals are being requested and a written solicitation will not be issued. This solicitation, FB202733470074, is issued as a request for quote (RFQ). Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through the System for Award Management (SAM) at www.sam.gov. The NAICS code for this effort is 325320. This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-53 and DFARS change notice DPN 20110819. This requirement is for Firm Fixed Price contract for the purpose of puchasing Krovar IDF Herbicide Granules or equal for ariel application of targets at the Utah Test and Training Range (UTTR). Delivery of product will be required no later than 28 February 2014. CLIN 0001 - 500 25 LB Bags (FB202733470074) 0002 - 200 25 LB Bags (FB202733440116) TOTAL QTY: 700 25 LB BAGS Delivery Schedule: In accordance with program spray schedule of 10 - 21 March 2014, delivery of product will be required no later than 28 February 2014. Location: DISTRIBUTION DEPOT HILL (DDHU) DoDAAC FP2027 7534 WARDLEIGH RD BLDG 915 CP **DELIVERY TIMES: MON-FRI 06:00 - 14:30** HILL AFB, UTAH 84056-5713 The following provisions and clauses apply to this acquisition: 52.209-1 -- Qualification Requirements. As prescribed in 9.206-2, insert the following clause: Qualification Requirements (Feb 1995) (a) Definition. "Qualification requirement," as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award. (b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supplies or services requiring qualification, whether the covered product or service is an end item under this contract or simply a component of an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services, must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for qualification. (Name) _Jeffrey Brady_______ (Email Address) _jeffrey.brady@us.af.mil_____ (c) If an offeror, manufacturer, source, product or service covered by a qualification requirement has already met the standards specified, the relevant information noted below should be provided. Offeror's Name _______________________________ Manufacturer's Name __________________________ Source's Name _______________________________ Item Name __________________________________ Service Identification __________________________ Test Number ______________________________ (to the extent known) (d) Even though a product or service subject to a qualification requirement is not itself an end item under this contract, the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate this contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests. (e) If an offeror, manufacturer, source, product or service has met the qualification requirement but is not yet on a qualified products list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interest, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification. (f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award. Alteration: Salient Product Specifications: Alternative products must possess the following salient characteristics: • Be approved by the Armed Forces Pest Management Board (AFPMB) as an accepted use herbicide and/or the Air Force Material Command (AFMC) Pest Management Consultant and listed in the Hill Air Force Base Pest Management Plan. • Be effective, primarily against "Cheatgrass" (Bromus tectorum), Russian Thistle (Salsola Tragus l), Summer Cypruss (Coshia Scoparia), Flixweed or Tansy Mustard (Sisybrium Sophia), Tumbling Mustard (Sisymbrium Altissimum), Halogeton (Halogeton Glomeratus), and other hazardous vegetation. • Approved for use and have application instructions for aerial spray use with sustained cross-winds in excess of 10 mph. • Be approved for application in the Target Aerial Spray Operation project EA. NOTE: Reference attached Brand Name or Equal Justification letter for more detailed information. (End of Clause) 52.211-6 -- Brand Name or Equal Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.204-7 Central Contractor Registration (Dec 2012). 52.212-1 Instructions To Offerors-Commercial Items (Feb 2012). 52.212-2: Evaluation -- Commercial Items (Jan 1999) Addendum to The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation requirements. Quotes will be evaluated on lowest price technically acceptable. Evaluation Factors: (1) Technical acceptability (2) price (3) delivery. To be considered technically acceptable, offerors must demonstrate quoted item is Krovar IDF Herbicide Granules or equal as confirmed by product lable and MSDS. Delivery must be capable of meeting 28 February 2014 delivery date. Technical acceptability is most important as compared to price; price and delivery are equal in importance. Technical acceptability is on a pass/fail basis, any offeror deemed not technically acceptable will not be considered for award. After technical acceptability is determined, offerors will be ranked by price and ability to meet delivery. The offeror with the lowest price meeting delivery will receive contract award. Award will be made on all or none basis and only one award will be made. Proposals offering an alternate product, please see FAR Clause 52.209-1 and 52.211-6. 52.212-3 Offeror Representations And Certifications-Commercial Items (Dec 2012) Complete the required information at the Online Representation and Certification Application (ORCA) at https://www.acquisition.gov. 52.212-4 Contract Terms And Conditions-Commercial Items (Feb 2012). 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Jan 2013). Additional Applicable FAR Clauses Cited Within FAR Clause 52.212-5: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition Of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-36 Affirmative Action For Workers With Disabilities (Oct 2010); 52.225-1 Buy American Act-Supplies (Feb 2009); 52.225-13 Restrictions On Certain Foreign Purchases (Jun 2008); 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2013) (DEVIATION). 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. 52.252-2 Clauses 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 address: HTTP://FARSITE.HILL.AF.MIL. 52.252-6 Authorized Deviations In Clauses (Apr 1984). 252.204-7004 Alt A, Central Contractor Registration (May 2013). 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Deviations) (May 2013). Additional applicable DFARS clauses cited within DFARS clause 252.212-7001: 252.225-7001 Buy American Act And Balance Of Payments Program (Dec 2012); 252.232-7003 Electronic Submission Of Payment Request (Mar 2008). 252.246-7000 Material Inspection and Receiving Report (Mar 2008). 5346.370(90) Material Inspection and Receiving Report. When special distribution of DD Form 250, Material Inspection and Receiving Report, is required, the contracting officer may include the following suggested contract language substantially as written in Section E in addition to the clause at DFARS 252.246.7000, Material Inspection and Receiving Report. MATERIAL INSPECTION AND RECEIVING REPORT (a) As specified by DFARS, Appendix F, Part 4, Table 2, copies of DD Form 250 shall be forwarded to the following addresses, as applicable: (1) Forward the purchasing office copy to: (insert organization/address). (2) For shipments involving Military Assistance Program (MAP), Grant Aid (GA), or Foreign Military Sales (FMS) requirements, an additional copy shall be sent to: (insert address). (3) Additional distribution of DD Forms 250 is to be made to the following address(es): (insert address(es) as applicable). (b) These special instructions shall be included in any subcontract hereunder where the items purchased from the subcontractor are to be shipped directly to the U.S. Government or to a foreign destination. (c) If delivery of MAP, GA, or FMS items to foreign destinations is required, the copies of DD Form 250 required by DFARS, Appendix F, Table 2, Material Inspection and Receiving Report, Special Distribution, shall be forwarded to the "ship to" address designated in the contract. The following codes will be required to route your receiving reports, invoices and additional e-mails correctly through WAWF. YOUR BUSINESS CAGE CODE - YOUR CONTRACT NUMBER, OR YOUR DELIVERY ORDER NUMBER TYPE OF DOCUMENT: Invoice Only ISSUE BY DODAAC: FA8201 ADMIN DODAAC: FA8201 SERVICE ACCEPTOR / SHIP TO BPN or DoDAAC: FP2027 PAY OFFICE DODAAC: F03000 WAWF ACCEPTOR(s): David McClure CONTRACT ADMINISTRATOR: James S. Vaughan 252.209-7998 Representation Regarding Conviction of a Felony Criminal. Violation under any Federal or State Law. See Class Deviation 2012-O0007, Prohibition Against Contracting with Corporations that Have a Felony Conviction, dated March 9, 2012. Contracting officers shall include the provision at 252.209-7998 in all solicitations that will use funds made available by Division H of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning March 9, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. 52.222-35 Equal Opportunity for Veterans (Sep 2010). 52.222-36 Affirmative Action For Workers With Disabilities (Oct 2010). 52.222-41 Service Contract Act of 1965 (Nov 2007). **RFP Closing Date: All quotes must be sent to James S. Vaughan by email at James.Vaughan.6@us.af.mil. Question may be address to the Contracting Officer at the above email or by telephone at 801-586-0396. Quotes are required to be received no later than 5:00 pm MST, 5 Feb 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FB202733470074/listing.html)
 
Place of Performance
Address: DISTRIBUTION DEPOT HILL (DDHU) DoDAAC FP2027, 7534 WARDLEIGH RD BLDG 915 CP, **DELIVERY TIMES: MON-FRI 06:00 - 14:30**, Hill AFB, Utah, 84056-5713, United States
Zip Code: 84056-5713
 
Record
SN03272231-W 20140124/140122234238-5c1f0ca7a2eb1e340728512d13ab8090 (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.