Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:RFQ-20-4329-CH01
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 anno...
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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-20-4329-CH01 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAR part 13 procedures. The NAICS code applicable to this acquisition is 212393 with a Product Service Code (PSC) of AA31. The small business size standard is 500 employees. The following are the items and quantities needed to be delivered to the SEFTNRL in Byron, Ga: 1800 Lbs Imidan (70W) Wettable Powder 25 Gal Propiconazole labeled for peach 50 Gal Abound 175 Gal Dynaphite 20 Gal Absolute 20 Gal AgriTin 10 Gal Tebuconazole 80 Gal Elast 400F 70 Gal Quilt 35 Gal Amstar Top 288 Gal ProGibb LV Plus 700 Gal Damoil 60 Gal Bravo 30 Gal Regalia 25 Gal Serenade 250 Gal Zn Nitrate 60 Gal Diuron 32 Quarts Alion 60 Gal Simazine 20 Gal Pramitol 120 LBS Sinbar 20 Gal Fusilade 50 Gal Honcho Plus 20 Gal Surflan 80 Gal ClearSurf90 10 Gal Nu Flim 100 Gal Agri-Oil 10 Gal Miravis Top 1 Case Solicam 20 Gal Poast 10 Gal Diquat 20 Gal NiCBM or Nickel Plus Contractor to label all Fungicides and Pesticides as Peach and/or Pecan application The above items can be delivered at once or in multi-deliveries if delivered within 14 days after award date. Please specify in your quote the size of each package/container. (I.E 1800 Lbs. Imidan to be deliver in 36 50 Lbs. bags) Use SF18 and additional items list to submit your quote. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. Winning offeror MUST be registered in www.SAM.gov and have completed the representations and certifications. 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. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at https://www.sam.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses will be due 10 days from the date this notice is published in the beta.SAM.gov by 5:00 PM EST time, April 16, 2020 at USDA Agricultural Research Service, 21 Dunbar Rd, Byron, GA 31008 or by e-mail at William.Rengstorf@usda.gov. POC William F Rengstorf, Purchasing Agent, 478-956-6466