SOLICITATION NOTICE
87 -- New Zealand Barley Nursery Seed Production Services
- Notice Date
- 9/13/2020 6:19:58 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 111421
— Nursery and Tree Production
- Contracting Office
- USDA ARS PWA SGPGR ABERDEEN ID 83210 USA
- ZIP Code
- 83210
- Solicitation Number
- 12020220S0009
- Response Due
- 9/23/2020 1:00:00 PM
- Archive Date
- 10/08/2020
- Point of Contact
- Rose Wride, Phone: 2083973150
- E-Mail Address
-
Rose.Wride@usda.gov
(Rose.Wride@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for a commercial item 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. Requirement: USDA-ARS, 1691 South 2700 West, Aberdeen, Idaho 83210 USA has a requirement for Barley Nursery Seed Production Services in the Southern Hemisphere approximate: Latitude: 43 degrees South, Longitude 172 degrees East, in the area of Irwell, New Zealand. Winter Barley Nursery is to advance generations of barley germplasm. USDA-ARS will provide seed with conforming phytosanitary certificate. Grower will obtain New Zealand seed export permission and other relevant documentation. See attached Statement of Work for complete requirement. Solicitation #12020220S0009 is issued as a request for quotation (RFQ). The solicitation document with the included clauses and provisions is issued in accordance with the Federal Acquisition Regulation (FAR) and will be incorporated in the awarded firm-fixed price purchase order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. NAICS Code: The associated NAICS code is 111421. Period of Performance: Deliver approximately 5 months from award to Salt Lake City International Airport (SLC) for USDA-ARS, 1691 South 2700 West, Aberdeen, Idaho 83210 USA. Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated products categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable; include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. Quote Submission Instructions: Read the solicitation in its entirety (including the Specifications document). In order to be considered for award, Offerors shall provide A quote detailing the seed production service description and total price; Descriptive literature, brochures, and other relevant information on seed production service; A list of three references (USA Government references preferred) including the email address of the person to be contacted; Offeror�s DUNS number, or FMMI number (international vendors); Offeror�s business size (number of employees); SAM REGISTRATION: USA based contractor must be registered at SAM.gov (System for Award Management) at https://www.sam.gov/SAM/ at the time of quote submission. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) with its offer. Each offeror shall include their proposed service schedule as part of their quotation. Deliver to Salt Lake City Utah International Airport, USA for USDA-ARS, 1691 S 2700 W, Aberdeen, ID 83210. Please make quote valid until September 30, 2020. Rejection of Quotation:�Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. Quotes must be submitted via email by 4:00 PM Eastern Daylight Time, Thursday, September 23, 2020, by email to Rose.Wride@usda.gov� Please make quote valid until September 30, 2020. This is a Best Value Acquisition. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal offers the ""best value"" to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage. In the event two or more offerors within the competitive range are considered essentially equal in terms of technical competence, the Government reserves the right to award to the offeror with the lowest realistic price. FAR 15.101-2 The Government may elect to conduct clarifications and/or communications with offerors whose quotes are technically acceptable (or which may be expected to be made acceptable by moderate modification). The Government reserves the right, however, to award a contract based on initial offers without conducting clarifications and/ or communications. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1. USDA-ARS is Tax Exempt. See attached Tax Exemption Certificate: 720564834F. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. All quotes must be FOB Destination. Please respond with a firm fixed price quote to the email address below. Offerors are encouraged to provide discounts in their pricing. The Government will evaluate prices offered for reasonableness in accordance with FAR 13.106-3(a) - Basis for Award. SUBMIT QUOTE TO: Rose Wride, Purchasing Agent, USDA-ARS, 1691 S 2700 W, Aberdeen, ID 83210 USA, by email (preferred) to: Rose.Wride@usda.gov This RFQ incorporates by reference, or full text, the following clauses and provisions. The full text may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (Aug 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services � Representation (Dec 2019) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Convictions under any Federal Law (Feb 2016) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors � Commercial Items (Jun 2020) FAR 52.212-2 Evaluation � Commercial Items (Oct 2014) Factors to be used to evaluate offers will be Lowest Price/Technically Acceptable��������������� Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) with its offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) Addenda 52.212-4(g) as follows. Electronic Invoicing and Payment Requirements � Invoice Processing Platform (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury�s Internet Payment Platform System (IPP). The IPP website address is: https://www.ipp.gov. FAR�52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jul 2020).� The additional applicable FAR clauses cited in 52.212-5 are as follow; (1)52.203-6, Restrictions on Subcontractor Sales to the Government (JUNE 2020), with Alternate I (OCT 1995) ( 41U.S.C.4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) of 52.219-6 (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15U.S.C. 637(a)(17)). (27) 52.222-3, Convict Labor (JUN 2003) (E.O.11755). (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN2020) (E.O.13126). (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (30) (i) 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246). (31) (i) 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). (33) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (35) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (56) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31 U.S.C. 3332). (End of clause) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Representation and Certifications (Jun 2020) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) AGAR 452.204-70 Inquiries (Feb 1998) AGAR 452.219-70 Size Standard and NAICS Code Information (Sep 2001)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa7fb68e08ba451698c38c2af234f290/view)
- Place of Performance
- Address: Aberdeen, ID 83210, USA
- Zip Code: 83210
- Country: USA
- Zip Code: 83210
- Record
- SN05795673-F 20200915/200913230137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |