Oregon Bids > Bid Detail

Supply of Containerized Seedlings (Q-Plugs)

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 87 - Agricultural Supplies
Opps ID: NBD00159215824216100
Posted Date: May 24, 2023
Due Date: Jun 8, 2023
Solicitation No: 1240BK23Q0067
Source: https://sam.gov/opp/e2d409e168...
Follow
Supply of Containerized Seedlings (Q-Plugs)
Active
Contract Opportunity
Notice ID
1240BK23Q0067
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
ROGUE RIVER-SISKIYOU NATL FOREST
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 24, 2023 01:43 pm PDT
  • Original Date Offers Due: Jun 08, 2023 04:30 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8730 - SEEDS AND NURSERY STOCK
  • NAICS Code:
  • Place of Performance:
    Central Point , OR 97502
    USA
Description

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 1240BK23Q0067 and is issued as a Request for Quotations. The NAICS code is 113210. The small business size standard is $18.0 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 2023-02 dated March 16, 2023. The following clauses and provisions apply to this acquisition:52.212-1 -Instructions to Offerors—Commercial Products and Commercial Services (Nov 2021); 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, (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 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: 52.209.11,52.219-6, 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 3.33 million container seedlings (Q-plugs) to be grown at a greenhouse growing facility until Government transports and transplants the Q-plugs into the fields at the J. Herbert Stone Nursery of the Rogue-Siskiyou National Forest. The primary species will be Douglas-Fir and Ponderosa Pine, but other conifer species may be included. The offeror’s growing facility must be located within 200 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 2023 CROP




  • Supply an estimated 3.3 Million Q-Plug seedlings by 10/13/2023

  • Seed will be delivered to the offeror’s facility prior to scheduled sowing.

  • Hortiblock 200’s (block size: approximately 13.5 in. wide x 26.5 in. long x 2.25 in. deep) filled with growing media will be delivered to the vendor’s facility by 7/01/23.

  • Sow seed between 07/01/2023 and 07/08/2023 unless a change is recommended by the vendor and approved in advance by the government.

  • Q-Plugs to be delivered to the J Herbert Stone Nursery in Central Point, Oregon between 09/29/23 and 10/13/2023 (dates set by the government).



THE GOVERNMENT WILL:




  • Provide the contractor, at the earliest possible time, all available test data for each seed lot used including seeds per pound, germination, purity, test dates, and total weight.

  • Provide the required Hortiblock 200’s (block size: approximately 13.5 in. wide x 26.5 in. long x 2.25 in. deep) filled with growing media.

  • Arrange for delivery of the Hortiblocks to contractor’s growing facility by the dates indicated.

  • Arrange return transportation/shipping of Q-Plug seedlings in Hortiblocks by the dates indicated above.

  • Make periodic inspections of the stock at the contractor’s facility. Deficiencies noted at such inspections shall be promptly corrected.

  • Q-plug Seedling delivery dates will be set by the government when inspections determine plant size and condition are acceptable. Final inspection and acceptance will be made at time of delivery.



THE CONTRACTOR WILL:




  • Provide a permanent greenhouse at a growing facility located within 200 miles of the J. Herbert Stone Nursery, Central Point, Oregon.

  • Provide a technical proposal that outlines all production methods, activities, and conditions including sowing methods, greenhouse climate targets, fertilization schedules, hardening off methods, and all other growing information.

  • Calculate the seed required to produce the number of seedlings requested using the seed lot data provided by the government.

  • Stratify all seed lots using best methods for maximizing quick germination.

  • Provide the methods used to calculate seed use. The government reserves the right to modify or reject the methods used.

  • Sow the seed into the Hortiblock 200’s, germinate the seed, grow the seedlings to acceptable size and condition including fertilization, heating, irrigation, lighting, pest control, weeding and thinning to a single seedling per cell. The growing objective is to germinate the seed and achieve moderate, balanced growth sufficient to facilitate easy transplanting in nursery fields and achieve high post-transplanting survival rates.

  • Return all unused seed to the Government.

  • Provide within two weeks of sow completion, a sow summary report listing blocks sown, sow dates for each lot, seeds per cell sown, and length of seed stratification.

  • Provide at least two weeks prior to shipment of Q-plugs, a crop status report to include estimated inventory of transplantable plugs per lot and any notes on the performance of individual lots. Performance notes should include suspected reasons for low germination on poor performing seed lots.

  • Maintain and upon request, provide the Government a record by date listing the cultural work undertaken for the contract. Records shall include date sown, seeds per cell sown, over sow rates, contractor completed germination test results, dates of fertilization, insecticide/fungicide treatments, greenhouse temperatures, irrigation schedules, inventory numbers, and any other cultural work performed on all or any portion of the seedlings receiving different treatment.

  • Prepare the seedlings for shipping by irrigating within 4 hours of shipping to saturate the media.



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 52.212-4 –Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2022) (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: July 1, 2023 – October 30, 2023.



QUOTES (PRICING): All responsible sources may submit an offer, including unit pricing information per M/seedling delivered. 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, JUNE 8, 2023.*



*QUOTES AND ATTACHMENT 1 MUST BE SUBMITTED BY EMAIL TO:



margaret.giuliani@usda.gov



Include the following information on the email subject line:



RFQ Number: 1240BK22Q0067



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












Attachments/Links
Contact Information
Contracting Office Address
  • 3040 BIDDLE ROAD
  • MEDFORD , OR 97504
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 24, 2023 01:43 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >