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 and in accordance with the simplified acquisition procedures authorized by FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1240BK24Q0004 and is issued as a Request for Quotations. The NAICS code is 113210. The small business size standard is $20.5 million average annual receipts. 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 2024-01, November 14, 2023.
The following clauses and provisions apply to this acquisition:
52.212-1 -Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023); 52-212-2 - Evaluation—Commercial Products and Commercial Services (Nov 2021) -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 Products and Commercial Services (Nov 2023) and 52.212-5 -Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Nov 2023). 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/
SCOPE OF CONTRACT: Production of Container Seedlings – It is the purpose of this solicitation to obtain the supply of an estimated 4 million container seedlings (Q-plugs) to be grown at a growing facility until the Government transports and transplants the Q-plugs into the fields at the J. Herbert Stone Nursery of the Rogue-Siskiyou National Forest. The containerized seedlings will be grown in a spring and summer crop detailed below. The primary species will be Douglas-Fir and Ponderosa Pine, but numerous other conifer species may be included. The offeror’s growing facility must be located within 300 miles of the J. Herbert Stone Nursery, Central Point, Oregon, to facilitate direct transplanting of the seedlings into the fields at the J. Herbert Stone Nursery site.
SPRING 2024 CROP
ITEM 1 – Supply an estimated 2.5 million Q-plug seedlings by 4/26/2024.
SUMMER 2024 CROP
ITEM 2 – Supply an estimated 1.5 million Q-Plug seedlings by 10/11/2024.
THE GOVERNMENT WILL:
THE CONTRACTOR WILL:
The Government will make periodic inspections of the stock at the contractor’s facility. Deficiencies noted at such inspections shall be promptly corrected. Final inspection and acceptance will be made at time of delivery (See FAR Clause 52.212-4 –Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023) (a) Inspection/Acceptance.
Payment: a progress payment of 25 percent will be made after any needed thinning of seedlings (if requested by Contractor). Final payment will be made at the unit contract price for all container seedlings accepted and shipped (transported by the Government) to the J. Herbert Stone Nursery, Central Point, Oregon.
As an option item, the contractor may request payment for the contracted quantity of seedlings for any seed lots with poor germination whose actual germination proves to be less than stated in the seed information provided by the Government by more than 20% (i.e., stated germination is 70% and actual germination is 50%). The contractor will provide the minimum acceptable germination rate per species based on the laboratory germination rates provided by the government as documentation for payment of this option item.
Period of Contract - Estimated: January 16, 2024 – October 31, 2024.
QUOTES (PRICING): All responsible sources may submit an offer, including unit pricing information per M/seedlings delivered for each Item (Spring and Summer 2024 Crops). Pricing, information establishing verification of technical capability to meet Specifications, Past Performance information and Attachment 1 are due to the USDA, Forest Service, Rogue River –Siskiyou National Forest, by 4:30 p.m., local time, December 4, 2023.*
*QUOTES AND ATTACHMENT 1 MUST BE SUBMITTED BY EMAIL TO:
Include the following information on the email subject line:
RFQ Number: 1240BK24Q0004
Name of Project: Supply of Containerized Seedlings (Q-Plugs)
J. Herbert Stone Nursery, Rogue River-Siskiyou National Forest
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.
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.
Invoices will be processed through the Government’s Invoice Processing Platform (IPP) system. Further information on the IPP System can be located at: www.IPP.for.fiscal.treasury.gov