Federal Bid

Last Updated on 27 Aug 2010 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Deer Feeders

Solicitation ID AG-6395-S-10-0123
Posted Date 20 Jul 2010 at 11 AM
Archive Date 27 Aug 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Procurement Branch
Agency Department Of Agriculture
Location United states
Combined Synopsis Solicitation Deer Feeders AG-6395-S-10-0123

PLEASE ENSURE YOU READ ITEM (ix) BELOW
(i) This is a combined synopsis/solicitation for commercial items 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.
(ii) Request for quote AG-6395-S-10-0123

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 July 8th, 2010. See https://www.acquisition.gov/far/

(iv) This solicitation is restricted to small businesses. The applicable NAICS code of 326199 and a size standard of less than 500 employees.

(v)
CLIN 0001 Qty 135
Description Deer Feeders

CLIN 0002 Qty 135
Description Freight (per feeder)

(vi) The purpose of this solicitation is to order plastic gravity flow deer feeders in accordance with attached specifications. These are needed as part of a project to control tick outbreaks in Texas.

(vii) Delivery should be in two equal installments at approximately 3-4 weeks apart with total delivery no later than 10 weeks after placement of order. Delivery is FOB Destination (freight charges must be pre-calculated in CLIN 0002. There will be no later adjustment for freight charges):

Delivery:
7209 East Saunders Street
Laredo TX 78040
ATTN: Bill Coble

Invoicing:
903 San Jancinto Blvd Room 220
Austin TX 78701
ATTN: Nara Khan

(viii) Provision at 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008), applies to this acquisition.

(ix) Provision at 52.212-2, Evaluation-Commercial Items (Jan 1999) does apply to this acquisition. This is a best value low priced technically acceptable acquisition using FAR 13.106-2 evaluation procedures. The following factors will be evaluated: Price and past performance. Award will be made to the lowest priced offeror who meets the attached technical specifications and has acceptable past performance.

(x) Offerors shall complete at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2008) and submit a copy of the representation with its offer. Please note that certifications can be completed online at https://orca.bpn.gov/. A copy of the complete clause can be found online at
https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179124

(xi) Clause at 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010) applies to the acquisition.

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jul 2010), applies to this acquisition with the following FAR clauses selected:

(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).
(19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)).
(20) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).
(22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
(23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
(32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138).
(34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).


(xiii) The following additional FAR clauses apply: 52.211-6 Name Brand or Equal (Aug 1999) with the following text added: Equivalent to Thunder Valley Whitetail UltiMax. See attached for list of salient characteristics. Agriculture Acquisition Regulations (48 CFR Chapter 4 401-453) apply to this purchase: Provisions 452.211-70 Brand Name of Equal and 452.219-70 Size Standard and NAICS Code Information (see iv above). Clauses 452.211-73 Attachment to Statement of Work/Specifications and 454.246-70 Inspection and Acceptance with the following text added: Inspection and Acceptance will occur at delivery location.

(xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation.

(xv) Quotes are due via mail, email, or fax by 1500 CST on Thursday 29 July 2010. Mailing address:
USDA - APHIS - ASD - Contracting
Attention Nathan Johnson
100 North 6th Street
Suite 510-C Butler Square
Minneapolis, MN 55403

Fax 612-336-3550
Email: [email protected]

(xvi) Please contact Nathan Johnson with any questions [email protected] or (612) 336-3404.

Bid Protests Not Available

Similar Past Bids

Location Unknown 06 Nov 2008 at 4 PM
Texas 07 Nov 2022 at 5 AM
Pullman Washington 14 Sep 2020 at 3 PM
Location Unknown 26 Jan 2017 at 6 PM
Location Unknown 26 Jan 2017 at 7 PM

Similar Opportunities

Location Unknown 15 Jul 2025 at 4 AM
Columbus Ohio 15 Jul 2025 at 4 AM
Coulee dam Washington 09 Jun 2026 at 4 AM (estimated)
Coulee dam Washington 01 Aug 2025 at 7 PM
Pennsylvania 13 Jul 2025 at 4 AM (estimated)