SOLICITATION NOTICE
87 -- #2 Yellow Dent Corn
- Notice Date
- 2/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311119
— Other Animal Food Manufacturing
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SD-S-14-0009
- Point of Contact
- Joseph A. Covarrubio, Fax: 9792609413
- E-Mail Address
-
joseph.covarrubio@ars.usda.gov
(joseph.covarrubio@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is AG-32SD-S-14-0009 and is being issued as a Request for Quotation (RFQ) for commercial items. This solicitation is a small business set-aside and the NAICS code is 311119. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-65. The USDA - Agricultural Research Service, Grazing Lands Research Laboratory, 7207 W. Cheyenne St., El Reno, OK 73036, has a requirement for 175 Tons of #2 Yellow Dent Corn. Required minimum specifications: 1.175 Tons #2 Yellow Dent Corn 2.No more than 15% moisture 3.No more than 20 ppm alflatoxin 4.Belly dump delivery preferred with the following schedule: * 2 loads the week of March 17-21, 2014 * 2 loads the week of April 7-11, 2014 * 2 loads the week of May 5-9, 2014 * 1 load the week of May 19-23, 2014 * Subject to change, but will give two weeks notice to successful bidder. 5.Quoted price shall include delivery costs (FOB Destination) Please submit your quote via e-mail to: joseph.covarrubio@ars.usda.gov by 10:00 AM CST February 27, 2014. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include a description of the item in sufficient detail to evaluate their product against the above minimum specifications, cost per ton, and total price. Each offeror must have an active SAM registration (www.sam.gov). The following clauses and provisions apply to this acquisition. 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 applies, with the following clauses 52.222-3, Convict Labor; 52.233, Protest after award, and FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33,Payment by Electronic Funds Transfer - Central Contractor Registration; applicable to this acquisition; FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; Offerors shall include a completed copy of the provision at; FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. 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 these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c89393c8a228101563a35ee19cfe88a0)
- Place of Performance
- Address: USDA- ARS, Grazing Lands Research Laboratory, 7207 W. Cheyenne St., El Reno, Oklahoma, 73036, United States
- Zip Code: 73036
- Zip Code: 73036
- Record
- SN03283078-W 20140208/140206235151-c89393c8a228101563a35ee19cfe88a0 (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 |