SOLICITATION NOTICE
66 -- Vegetation Booms
- Notice Date
- 7/14/2022 12:04:53 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B22Q0225
- Response Due
- 7/26/2022 10:00:00 AM
- Archive Date
- 08/10/2022
- Point of Contact
- D. Melissa Smith, Phone: 954-232-4831
- E-Mail Address
-
melissa.smith@usda.gov
(melissa.smith@usda.gov)
- 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; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B22Q0225 and is issued as a request for quotation (RFQ). The NAICS code is 334516� Analytical Laboratory Instrument Manufacturing 1,000. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2022-06.� Please see the Statement of Work (SOW) for further details. Any quotes not meeting the minimum specifications will not be considered.� Quotes are due: 1200 (noon) p.m. central standard time, July 26, 2022 Specifications Salient Characteristics & Compatibility Requirements REQUISITION: 1073174 FOR DELIVERY TO: Invasive Plant Research Lab 3225 College Ave Fort Lauderdale, FL 33314 TECHNICAL POC: D. Melissa Smith, 954-232-4831, melissa.smith@usda.gov Quotes due: 7/15/2022 at 1200 (noon) pm Include DUNS or UEI SAM number:� www.sam.gov in Quote Vegetation booms are required to establish and maintain semi-permanent plots of floating aquatic vegetation (e.g., waterhyacinth, frogsbit, Hydrocotyle) as part of Areawide research project on biological control. The purchase must meet the following specifications 1000 linear feet of algae resistant, heavy duty barrier material able to withstand harsh conditions. Must include anchor system to prevent boom movement by wind Must include tow brindle to assist with placement/removal This purchase relates to the mission of our location through NP 304 Action Plan, Component 2 � Weeds; Problem Statement 2B; objective(s): Objective 3: Deploy APHIS-approved biological control agents and evaluate their efficacy by documenting impacts to target weed populations. [C2, PS 2B]. This purchase will assist in meeting the following Milestones: Milestone 3. Mass production, redistribution, & evaluation of permitted agents of melaleuca, lygodium, air potato, and Brazilian peppertree. Evaluation and documentation of impact on target weeds. Milestone 4. Monitor long-term research sites and conduct population level studies that elucidate weed and native population dynamics, invertebrate food webs, demography, litterfall, and allometry. Conduct studies on integrating biocontrol with other conventional weed management methods. Analyze data and develop model. Bill to address is: Agricultural Research Service, Administrative and Financial Management SEA Area Administrative Office, Acquisitions & Personal Property/Fleet 2775 F&B ROAD COLLEGE STATION TX 77845 DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.� DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.� Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. 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.sam.gov.� FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 1200 (noon) p.m. central standard time, July 15, 2022. Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Contract Specialist by email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6512606ee6fe4875840e5fa639e0087e/view)
- Place of Performance
- Address: Fort Lauderdale, FL 33314, USA
- Zip Code: 33314
- Country: USA
- Zip Code: 33314
- Record
- SN06389505-F 20220716/220714230124 (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 |