This requirement consists of four (4) line items of herbicide meeting the following specifications:
LINE ITEM 01: Roundup Pro Max 48.7% concentrate in 1.67 gallon containers.
120 gallons x $___________________ = $________________
LINE ITEM 02: Goal 2x1 herbicide in 2.5 gallon containers.
4 each (2.5 gals) X $____________ = $_______________
LINE ITEM 03: Trimec Classic herbicide in 2.5 gallon containers.
8 each (2.5 gals) X $___________ = $_________________
LINE ITEM 04: Basimid G soil fumigant in 50 lb bags palletized.
70 bags X $_______________ = $________________________
Vendor shall specify size of containers offered in their specification response.
Required delivery date and location for Line Items 1-3 is April 8, 2011 to the Coeur d'Alene Nursery, 3600 Nursery Way, Coeur d'Alene, ID 83815. Required delivery date and location for Line Item 4 is NOT until August 22, 2011 to the Coeur d'Alene Nursery, 3600 Nursery Way, Coeur d'Alene, ID 83815. Inspection will be made at the delivery point and will consist of checking conformance with specifications and quantity count. All deliveries shall be made on regular workdays (Monday through Friday) during regular business hours (7:00 a.m. to 3:30 p.m.), excluding official Federal Government holidays. Contractor shall notify the contact at delivery point a minimum of 24 hours prior to delivery.
The contract award will be made to the offeror whose offer conforms to the requirements of this combined synopsis/solicitation and is determined to be the best value made to the Government, considering price, technical specifications and delivery date.
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. The following FAR provisions are incorporated by reference: 52.212-1 Instructions to offerors -- Commercial Items and 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.225-13 Restrictions on Certain Foreign Purchases; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR), 52.236-7 Permits and Responsibilities.
Offers must be received by March 16, 2011 at 4:30 p.m. Pacific Daylight Time at the Idaho Panhandle National Forests Supervisors Office, ATTN: Acquisition Management, 3815 Schreiber Way, Coeur dAlene, ID 83815-8363. Faxed offers are acceptable; however it is the responsibility of the offeror to verify receipt of faxed documents. Offers may be faxed to: ATTN: Connie Davis, at 208-765-7229. For more information regarding this solicitation, please contact Connie Davis, (208) 765-7496.