Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1240BK22Q0130
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. Quotations are being requested and a written solicitation will not be issued. The solicitation number is 1240BK22Q0130 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 322211. The small business size standard is 1,250 employees. This acquisition is a total 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 2022-06. 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, and (2) Price. The contract award will be offered to the best value offer made to the Government, considering technical capability and price; 52.212-3 Offeror Representations and Certifications Commercial Items; 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: 52.219-27, 52.222-3, 52.222-20, 52.222-21, 52.222-26, 52.222-54, 52.225-1, and 52.232-33. All clauses and provisions referenced in this announcement may be accessed at the following website: https://www.acquisition.gov/browse/index/far Line Item 01 Description: Supply and Deliver F.O.B. Destination Tree Seedling Shipping Boxes 30 INCH BOXES: Boxes (30’s) shall measure 12 inches wide x 30 inches long x 16 inches deep, all with top and bottom full overlap, slotted to self-seal with 12 inches folded overlap. 250 pounds bursting strength; waterproof adhesive; fully waxed (wetlok) application (Cascade waxed), 42-32-69 weight of paper. The 1-1/2 inch flap is to be glued or stapled inside of the shipping box. If stapled, staples shall be not more than 2 inches apart on a 45 degree angle with the edge of the box. Boxes shall have perforated (punch out) oblong hand hold, 3-1/4 inches wide x 1 inch high, centered and positioned 3 inches from top of box. Punch out shall be left in hand hold (NOT PUNCHED OUT). QUANTNITY: 15,000 – PLUS OR MINUS 10% Line Item 02 Description: Supply and Deliver F.O.B. Destination Tree Seedling Shipping Boxes 21 Inch Boxes (21’s) shall measure 21 inches long x 12 inches wide x 11 7/8 inches deep with 11.10 inch overlap bottom (12150 Tree Seedling Box). 55 lbs. ECT; single wall; waterproof adhesive; fully waxed (wetlok) application (Cascade waxed). Outside, cold set 1.5” tab joint. 3.08” by 1.00” cut-out hand holds each end placed 1.12” down from top score. QUANTNITY: 10,000 – PLUS OR MINUS 10% The vendor must submit a drawing for approval of the box to be made before manufacturing. Send the drawing to the Nursery Manager Jason McNeal at the delivery address or email Jason.mcneal@usda.gov Warranty: Boxes shall be guaranteed by the Contractor against defective material and workmanship and to withstand up to 5 months of tree seedling storage in damp conditions. New boxes shall be furnished at no cost to the Government, F.O.B. destination, to replace any defective boxes within 5 months after seedling packing date. Boxes are labeled with packing date at time of packing. Required Delivery Schedule: The Government requires delivery on or before October 31, 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. Delivery shall be made on regular working days, Monday through Friday, between 7:00 a.m. and 3:00 p.m. 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 and descriptive literature establishing verification of technical capability to meet specifications are due to the Contracting Officer, by email at chad.schmele@usda.gov, August 10, 2022 by 5:00 p.m., local time on. NOTE: prospective awardee shall be registered in the System for Award Management (SAM) data base prior to submitting quote. Information on registration may be obtained via the internet at: http://www.sam.gov or by calling 1-888-227-2423.