Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1240BK21Q0001
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with addi...
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 1240BK21Q0001 and is issued as a Request for Quotations. The NAICS code is 339999. The small business size standard is 500 employees. This acquisition is a small business set-aside. This solicitation is for a firm- fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-01 dated October 01, 2020. The following clauses and provisions apply to this acquisition: 52.212-1 - Instructions to Offerors Commercial Items; 52.212-2 - Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, (2) Past Performance and 3) Price. Technical and Past Performance when combined are approximately equal to cost or price. The contract award will be offered to the best value offer made to the Government, considering technical capability, past performance and price; 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (b) of 52.212-5, the following apply: 52.209.11, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-1, 52.225-13, and 52.232-33. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.acquisition.gov/far/ Project Name: 87—SUPPLY AND DELIVER SEEDLING GROWING CONTAINERS FILLED WITH Q-PLUG GROWING MEDIA SCOPE OF CONTRACT: Line Item Descriptions: The Government will furnish to the contractor an estimated 4,140 used Q-Plug Expanded Polystyrene Trays (Hortiblock 200) by 12/11/2020 to be filled with Q-Plug (Brand Name) media or equal with ¼ inch concave dibble per cell for the first delivery. The contractor will deliver these trays on or before December 30, 2020. The Contractor will supply 4,140 new Q-Plug Expanded Polystrene Trays (Hortiblock 200) and the Government will furnish to the contractor an estimated 8,280 used Q-Plug Expanded Polystyrene Trays (Hortiblock 200) by 6/4/2021 to be filled with Q-Plug (Brand Name) media or equal ¼ concave dibble per cell for the second delivery. The contractor will deliver these trays on or before June 18, 2021. There are 200 cells per tray. The media used must have a Ph of less than 6.0. Contractor must provide Ph test results for each lot of media used to the Government prior to shipment. Quantity - Provide a unit price for the following items: ITEM 1 – Estimated Quantity 4,140 Each as follows: 1a. Estimated Quantity 4,140 Each Government- furnished trays (Hortiblock 200) filled with Q-Plug (brand name) media or equal, delivered F.O.B. Destination by December 30, 2020. ITEM 2 – Estimated Quantity 12,420 Each 2a. Estimated Quantity 4,140 Each Contractor-furnished new trays (Hortiblock 200) filled with Q-Plug (brand name) media or equal, delivered F.O.B. Destination by June 18, 2021 2b. Estimated Quantity 8,280 Each Government-furnished trays (Hortiblock 200) filled with Q-Plug (brand name) media or equal, delivered F.O.B. Destination by June 18, 2021. Required Delivery Schedule: FIRST DELIVERY: The Government requires delivery of an estimated 4,140 Q-Plug Expanded Polystyrene Trays (Hortiblock 200) trays (government furnished) on or before December 30, 2020. SECOND DELIVERY: The Government requires delivery of an estimated 12,420 Q-Plug Expanded Polystyrene Trays (Hortiblock 200) (4,140 new trays supplied by the contractor and 8,280 government-furnished trays) on or before June 18, 2021. Delivery Location: J. Herbert Stone Nursery, 2606 Old Stage Road, Central Point, Oregon 97502, located approximately 5 miles Northwest of Medford, Oregon, between Jacksonville and Central Point, Oregon or to a container growing facility within 200 miles of the J. Herbert Stone Nursery, Central Point, Oregon. Delivery shall be made on regular working days, Monday through Friday, between 7:00 a.m. and 3:00 p.m. PT. Contractor shall notify the Contracting Officer’s Representative (COR) 48 hours in advance of delivery at (541) 858-6100. Packing and Packaging – Commercial: Material shall be packed for shipment in such a manner that will insure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission and Regulations, Uniform Freight Classification Rules, or Regulations of other carriers as applicable to the mode of transportation. QUOTES/PRICING: Submit Item Pricing and verification of technical capability to meet specifications to: USDA, Forest Service, Rogue River –Siskiyou National Forest, Attn: Contracting, 3040 Biddle Road, Medford, Oregon 97504-4119 by 4:30 p.m., localtime, November 4, 2020.* *QUOTES MUST BE SUBMITTED BY EMAIL TO: maggie.giuliani@usda.gov Quotes shall be submitted for the total item. Quotes for less than the total item will not be considered. Award will be made on the best value to the Government. Facsimile quotes will NOT be accepted. EMAIL Offers and Attachment 1 to: maggie.giuliani@usda.gov Include the following information in the email subject line: RFQ number: 1240BK21Q0001 Name of Project: Supply and Deliver Seedling Growing Containers filled with Q-Plug Growing Media Rogue River-Siskiyou National Forest NOTES: Contractor must maintain an active registration in the System for Award Management (SAM) database. Information on registration may be obtained via the internet at www.sam.gov All contractors/vendors must complete the electronic version of the Representations and Certifications in the SAM system.