Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2017 FBO #5864
SOLICITATION NOTICE

99 -- Greenhouse Growing Media - combined synopsis/solicitation

Notice Date
12/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325314 — Fertilizer (Mixing Only) Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City, Utah, 84119, United States
 
ZIP Code
84119
 
Solicitation Number
1284N818Q0007
 
Archive Date
1/12/2018
 
Point of Contact
Christine M. Hansen, Phone: 801-908-1910, Arlen W. Fausett, Phone: 801-908-1907
 
E-Mail Address
chansen01@fs.fed.us, arlenwfausett@fs.fed.us
(chansen01@fs.fed.us, arlenwfausett@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Greenhouse Growing Media- Lucky Peak Nursery COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 1284N818Q0007 Posted Date: 12/11/2017 Response Date: 12/28/2017 Set Aside: 100% Total Small Business NAICS Code: 325314 The United States Department of Agriculture, Forest Service, Boise National Forest has need for Media Composition (75% Growers coarse grade peat moss, 25% coarse vermiculite, wetting agent, no fertilizer, free of weed seed). All interested companies shall provide quotations for the following: Item No. Description Quantity Unit of Measure 001 Media Composition (75% coarse grade peat moss, 25% coarse Vermiculite, wetting agent, no fertilizer, free of weed seed (272 totes x 40 cubic foot totes) 10,880 Cubic Feet 002 Delivery Charges (January 2018) (25% of product) 1 EA. 003 Delivery Charges (March 2018) (50% of product) 1 EA 004 Delivery Charges (May 2018) (25% of product) 1 EA Vendor to specify delivery schedule: a. #1 NO LATER THAN JANUARY 26, 2018 (25% of product) b. #2 NO LATER THAN MARCH 1, 2018 (50% of product) c. #3 NO LATER THAN MAY1, 2018 (25% of product) Lucky Peak Nursery (Boise National Forest) 15169 E. Highway 21, Boise, ID 83716-9307 Contact Lucky Peak Nursery at least 48 hours prior to each delivery. Deliveries will only be accepted during normal business hours, excluding holidays (Monday-Friday 8:00 AM - 3:00 PM) Phone Number: (208) 343-1977 A contract will be awarded to the lowest-priced technically acceptable offeror. Quotes will be evaluated for acceptability but will not be ranked using the non-cost/price factors. In order to be eligible for award, offerors must receive a rating of "acceptable" in every non-price factor/sub-factor. In the interest of economy and efficiency, the Government will start by evaluating the technical quote of the lowest-priced offeror and will award to that offeror if the technical quote is rated "technically acceptable." If the lowest offeror receives a rating of "unacceptable" in any of the non-cost factors, the Government will then move on to evaluating the technical quote of the next lowest offeror and so on until a quote is rated "technically acceptable." Therefore, the technical quote of the non-low price offerors may or may not be evaluated. The following factors and sub-factors will be used to determine technical acceptability: Factor #1 - Technical Capability of Item Offered Sub-factor #1 - Ability of Item to Meet Required Specifications - In order to receive a rating of "acceptable" for this sub-factor, offer must at a minimum, demonstrate adequate technical capability of the item offered. Sub-factor #2-Ability to Meet Delivery Schedule - In order to receive a rating of "acceptable" for this sub-factor, offeror shall provide a schedule for delivery that meets the desired delivery dates. Factor #2 -Past Performance Sub-factor #1- Recency and relevancy of present/past performance in relation to this effort - In order to receive a rating of "acceptable" for this sub-factor, offeror must, at a minimum provide past experience on similar type contract(s). The past experience should indicate successes of the contractor in completing/meeting delivery dates and customer satisfaction. The Government considers "recent" present/past performance to be within the past 3 years The Government considers "relevant" present/past performance to be present/past performance effort involved in similar scope and magnitude of effort and complexities this solicitation requires. The Government will also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. NOTE: In accordance with FAR 15.305 (a)(2)(iv)), in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability,"unknown" will be considered "acceptable." PRICE: Award will be made to the lowest priced offeror that is evaluated as "acceptable" for all non-price factors. The following solicitation provisions apply to this acquisition: PROVISIONS INCORPORATED BY REFERENCE: Brand Name or Equal (FAR 52.211-6)(AUG 1999) Instructions to Offerors-Commercial Items (FAR 52.212-1)(NOV 2017) Prohibition on Contracting with Entities Engaging in Certain activities or Transactions Relating to IRAN-Representations and Certifications. (FAR52.225-25)(OCT 2015) PROVISIONS INCORPRATED BY FULL TEXT: Offeror Representations and Certifications-Commercial Items. (FAR 52.212-3)(JAN 2017) Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/SAM/#1 in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: Clauses Incorporated by Reference (FAR 52.252-2)(FEB 1998) Contract Terms and Conditions-Commercial Items (FAR 52.212-4)(JAN 2017) ADDENDUM TO FAR CLAUSE 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (INCORPORATED BY REFERENCE ON STANDARD FORM 1449): The following clauses are added to the terms and conditions in FAR 52.212-4 System for Award Management (FAR 52.204-7)(OCT 2016) Incorporation by Reference of Representations and Certifications (FAR 52.204-19)(DEC 2014) Unenforceability of Unauthorized Obligations (FAR 52.232-39)(JUN 2013) Providing Accelerated Payments to Small Business Subcontractors (FAR 52.232-40)(DEC 2013) Applicable Law for Breach of Contract Claim (FAR 52.233-4)(OCT 2004) Default (Fixed-Price Supply and Service)(FAR 52.249-8)(APR 1984) Contract Terms and Conditions Required to Implement Statutes or Executive Orders (FAR 52.212-5)(NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: (a) (1)-(3) (b) (1), (14), (22), (25)-(28), (30), (33), (42), (44), (47), (50), (56) (d) (1)-(3) (e) (1)-(2) All quoters shall submit One (1) copy of the following: See Attachment #1 1. SF-1449 - SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS (Complete, Date, and Sign) 2. SCHEDULE OF ITEMS/OFFEROR COMPANY INFORMATION 3. TECHNICAL RESPONSE AS IDENTIFIED IN EVALUATION FACTORS FOR AWARD 4. Part 9, OFFEROR REPRESENTATIONS AND CERTIFICATIONS, paragraph (b) of provision 52.212-3. (OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS), COMPLETE ENTIRE PROVISION OR PARAGRAPH (b) ONLY, AS APPLICABLE. (PAGE 17). 5. Part 9, OFFEROR REPRESENTATIONS AND CERTIFICATIONS. Paragraph (q) (2) of provision 52.212-3. (PAGE 28-29). All quotations shall be sent to: Utah Acquisition Support Center Attn: Chris Hansen 1749 West 500 South Salt Lake City, UT 84104 This is an open-market combined synopsis/solicitation for Greenhouse Growing Media as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12/28/2017 at 1:00 P.M. Mountain Time at the Utah Acquisition Support Center, 1749 West 500 South, Salt Lake City, UT 84104. If hand delivering quotes, contact Chris Hansen (801) 908-1910. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). e-mailed quotes will be accepted. Email: chansen01@fs.fed.us Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Chris Hansen. Point of Contact: Chris Hansen: Phone: (801) 908-1910 Email: chansen01@fs.fed.us Alternate Point of Contact: Whit Fausett: (801) 908-1907 Email: arlenwfausett@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84N8/1284N818Q0007/listing.html)
 
Place of Performance
Address: Lucky Peak Nursery, 15169 E Highway 21, Boise, Idaho, 83716, United States
Zip Code: 83716
 
Record
SN04762483-W 20171213/171211231038-867ff9c38050943717a84bd57b4821c2 (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.