HDR1010500210000515081600KCCO DOMESTIC …



HDR1010500210000203111600KCCO DOMESTIC SOLICITATION (IFB) VP8-021

Vegetable Oil Products Solicitation IFB VP8-021, dated February 03, 2011 for Domestic

Programs. Landscape printer preference must be used to print Internet data.

1. Solicitation Number: VP8 021

2. Solicitation Issue Date: February 03, 2011

3. Issued By:

United States Department of Agriculture (USDA)

Kansas City Commodity Office (KCCO)

Domestic Procurement Division

Beacon Facility - Mail Stop 8718

P.O. Box 419205

Kansas City, MO 64141-6205

4. Solicitation Type: Sealed Bids (IFB & RFP)

5. Offer Due Date/Local Time: February 15, 2011, 9:00 A.M. CST

6. Award Notification Date: February 16, 2011, 1:00 P.M. CST

7. Public Release of Award Date: February 17, 2011, 4:00 P.M. CST

8. Solicitation Information Contact:

Monday through Friday except Federal holidays, 8:00 a.m. to 4:00 p.m. CST.

Name: Raquel Ramos

Telephone Number: 816-926-6395

Note: If the matter is urgent and the above contact person does

Not answer, call USDA Domestic Procurement at 816-926-6124.

E-mail: raquel.ramos@kcc.

9. Internet Address:



10. This Acquisition is:

/x/ Unrestricted for bulk oil and buttery spread.

/x/ Set-Aside for:

/x/ Small Business Set-Aside in accordance with FAR 19.502-2. Any concern

proposing to furnish a product that it did not itself manufacture,

must furnish the product of a small business manufacturer. (Item numbers

in the 9000-9999 series as shown in the Schedule of Supplies)

/x/ 8(a) Program noncompetitive (147,840 lbs.), (excluding Low Sat Fat, buttery

spread and bulk oil), letter RFP only.

/x/ Service-Disabled Veteran-Owned Small Business (SDVOSB)

noncompetitive (73,920 lbs.), letter RFP only.

Offers will be evaluated in the following order of precedence: 1. Bids 2 Proposals.

NOTICE OF 8(a) ACQUISITION

If specified in the solicitation, the Government may reserve up to five (5) percent

of the solicitation quantity for 8(a) firms certified by the Small Business

Administration in accordance with the Federal Acquisition Regulation (FAR),

Part 19. The Government may increase the reserve to adjust quantities in the event

of multiple awards to eligible 8(a) firms. In no event shall the Government offer

for award a quantity in excess of an eligible 8(a) firm's maximum quantity, if so

established by the Government. If the 8(a) small business firm is a non-manufacturer,

firm shall meet the definition and requirements outlined in FAR, Part 19. In the event

the Government is unsuccessful in contracting with an eligible 8(a)firm for the reserved

quantity, the Government may award the quantities to other than 8(a) firms.

HUBZONE PRICE EVALUATION PREFERENCE

The Government will award contracts to eligible HUBZone bidders as provided in Part 2,

Section A.4 of the Master Solicitation for Commodity Procurements at:



If the bidder elects to waive the preference, bidder shall so indicate in its bid.

NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS ACQUISITION

If specified in the solicitation, the Government may reserve up to three (3) percent

of the solicitation quantity for Service Disabled Veteran-Owned (SDVO) Small Business

concerns as specified in FAR Clause 52.219-27. In the event the Government is

unsuccessful in contracting with an eligible SDVO concern for the reserve quantity,

the Government may award the quantities to other than SDVO concerns. If the SDVO

concern is nonmanufacturer, the concern shall meet the definition and requirements

outlined in FAR Part 19.

11. NAICS Codes/Size Standards: See Master Solicitation for Commodity Procurements

at:

12. Delivery Type: F.O.B Destination

13. Submit Invoices to:

Financial Services Center

Fund and Commodity Management Office

Invoice Payment Group

USDA - Farm Service Agency

Beacon Facility – Mail Stop 8578

P.O. Box 419205

Kansas City, MO 64141-6205

For express mail:

Financial Services Center

Fund and Commodity Management Office

Invoice Payment Group

USDA - Farm Service Agency

Beacon Facility – Mail Stop 8578

9240 Troost Ave

Kansas City, MO 64131-3055

For questions concerning invoices contact Invoice Payment Group at 816-926-6441.

14. Submission of offers:

A. Bids shall be submitted through the Domestic Electronic Bid Entry System

(DEBES) to be considered responsive. Price and mode of transportation bid

for each item listed on the Schedule of Supplies shall be entered on the DEBES

Bid form. The Trans (transportation) mode defaults to truck. Bidders may

select rail or piggyback mode for each item, if applicable. Certain destinations

require delivery by Truck only or Rail only. Bids for less than item quantity requested

will not be accepted.

B. Only one bid price shall be submitted for an item number, including items

with multiple destinations.

C. Offerors shall complete DEBES certifications, including that their quality control

system(s) conforms to the higher-level quality standard in contract clause 52.246-11.

D. / / Applicable if checked. The "kosher only" commodity requirements have changed

(see the Schedule of Supplies for web link), and offerors for kosher will be required

to certify conformance with the kosher requirements.

E. DEBES information technology requirements are:

(1) Operating system: Windows NT, Windows 2000, or Windows XP,

or equivalent.

(2) Browser requirement: Netscape versions greater than 4.07 and

less than 6.0 (OR) Internet Explorer 5.0 or above.

(3) Encryption: Browser capable of handling 128-bit encryption.

(4) Proxy servers: Bidders shall set up proxy server to allow access

to the Internet DEBES port

(5) Government will provide bidder with ID number and the initial password

needed to access DEBES.

Help: Call the Solicitation Information Contact person shown in this solicitation

F. Plant Location Requirement.

Offers shall accurately represent the plant location(s). “Plant location” is defined

as the place where an end product is assembled from components, packaged, or otherwise

made or processed from raw materials into the finished product that is to be provided

to the Government. Upon acceptance of an offer, the combination of plant location and

item becomes a contract term.

Offerors are directed to submit offers from only “plant locations.” Offers for

locations representing non-plant locations, such as, “company headquarters” or

“Shippers Option” may be deemed non-responsive.

Prospective contractors need to verify, early in the offering period, each Domestic

Electronic Bid Entry System (DEBES) Logon ID. Specifically, that the company’s

appropriate plant locations are shown in the DEBES Offer Form Page dropdown box. Plant

locations that are not included on the list cannot have an offer submitted in

association with that plant. Therefore, any plant locations not included on the list,

from which offeror intends to use in performance of the contract, should be added.

Promptly contact the specialist shown in this solicitation to request updates to your

company’s plant location list.

G. Supplier Agreement Requirement.

If the offer is for product the offeror will not itself manufacture, offeror shall, by the

offer due date/local time, submit the corresponding supplier agreement to, Attention:

Contracting Officer at the solicitation information contact address shown in this

solicitation.

The supplier agreement shall:

∙ be in effect between the offeror and the product manufacturer for the period of

contract performance,

∙ certify compliance with the applicable KCCO solicitation requirements,

∙ contain the DUNS number for the product manufacturer (if DUNS number exists),

∙ be on the product manufacturer's company letterhead, and

∙ be signed by both parties.

A prospective contractor may be required to provide written evidence of a proposed

subcontractor’s responsibility. The Contracting Officer may directly determine a

prospective subcontractor’s responsibility.

H. /X/Applicable if Checked. DEBES Business Size/Type Designation for Subcontracting.

Applicable if this solicitation contains a partial small business set-aside (NOTE:

If the solicitation is a total small business set-aside, use paragraph G).

An offer from a small business to supply manufactured products of small and large

businesses shall be divided and submitted separately using separate DEBES logon IDs. An

offer from a farmer-owned cooperative large business to supply manufactured products of

both a small business and other than small(i.e., farmer-owned cooperative large business

or large businesses) shall be divided and submitted separately using separate DEBES logon

IDs. See information below.

If Offeror Business And Manufactured Then DEBES Size/Type

Size/Type* is Product is Designation is

Subcontracted to a

1a)Small Business 1a)Small Business

1b) Farmer-owned

1)Small Business cooperative large 1b)Large Business

business and/or large

business

2a)Small business 2a)Farmer-owned

cooperative large

business

2)Farmer-owned 2b)Farmer-owned

cooperative large cooperative large 2b)Large business

business business and/or large

business

3)Large business 3a)Any size/type business 3b)Large business

*Farmer-owned cooperative small businesses are categorized as small businesses.

Prospective contractors need to verify, early in the offering period, their Domestic

Electronic Bid Entry System (DEBES) Logon IDs. Specifically, verify that the appropriate

business size/type designation is shown on the applicable DEBES Certification page. If

correction and/or an additional DEBES logon ID (to submit separate offers) are needed,

promptly contact the solicitation information contact shown in this solicitation. Failure

to comply with the applicable requirement may cause part or the entire offer to be deemed

non-responsive.

15. Schedule of Supplies. The quantity awarded may be less than the quantity advertised

due to program changes. Commodity requirements are available at:

.

DOMESTIC INVITATION SUMMARY FOR ANNOUNCEMENT VP8 INVITATION 021

DELIVERY FIRST HALF SECOND HALF TOTAL SET-ASIDE

MONTH/YEAR COMMODITY & PACK POUNDS POUNDS POUNDS POUNDS

APRIL 2011 OIL, VEGETABLE 295,680 0 295,680 295,680

6/1 GAL BOTTLE

OIL, VEGETABLE 335,412 121,968 457,380 457,380

8/48 OZ

OIL, VEGETABLE 39,312 0 39,312 39,312

9/48 OZ

BUTTERY SPREAD LIGHT 29,169 0 29,169

18/15 OZ TUBS

OIL-VEGETABLE 96,000 96,000 192,000

BULK

APRIL TOTAL 795,573 217,968 1,013,541 792,372

MAY 2011 OIL, VEGETABLE 147,840 0 147,840 147,840

6/1 GAL BOTTLE

OIL, VEGETABLE 365,904 91,476 457,380 457,380

8/48 OZ

BUTTERY SPREAD LIGHT 87,507 0 87,507

18/15 OZ TUBS

OIL-VEGETABLE 48,000 0 48,000

BULK

MAY TOTAL 649,251 91,476 740,727 605,220

JUNE 2011 OIL, VEGETABLE 258,720 36,960 295,680 295,680

6/1 GAL BOTTLE

OIL, VEGETABLE 457,380 335,412 792,792 792,792

8/48 OZ

BUTTERY SPREAD LIGHT 29,169 0 29,169

18/15 OZ TUBS

OIL-VEGETABLE 48,000 0 48,000

BULK

JUNE TOTAL 793,269 372,372 1,165,641 1,088,472

INVITATION TOTAL 2,238,093 681,816 2,919,909 2,486,064

DOMESTIC INVITATION ITEM LISTING FOR ANNOUNCEMENT VP8, INVITATION 021, DELIVERY APRIL 2011 - JUNE 2011

FOB DEST DELIVERY QUANTITY

ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO

OIL, VEGETABLE

9000 6/1 GAL BOTTLE MA WILMINGTON 018873434 4/01-15/11 36,960 IF RAIL BM

9001 6/1 GAL BOTTLE MS CORINTH 388346175 4/01-15/11 36,960 TRUCK ONLY

9002 6/1 GAL BOTTLE MS LAUREL 394400000 4/01-15/11 36,960 TRUCK ONLY

9003 6/1 GAL BOTTLE MS LAUREL 394400000 4/01-15/11 36,960 TRUCK ONLY

9004 6/1 GAL BOTTLE PR ARECIBO 006130651 4/01-15/11 36,960 TRUCK ONLY

9005 6/1 GAL BOTTLE PR CAGUAS 007260881 4/01-15/11 36,960 TRUCK ONLY

9006 6/1 GAL BOTTLE PR MAYAGUEZ 007080000 4/01-15/11 36,960 TRUCK ONLY

9007 6/1 GAL BOTTLE PR PONCE 007327463 4/01-15/11 36,960 TRUCK ONLY

9008 6/1 GAL BOTTLE PR BAYAMON 009600689 5/01-15/11 36,960 TRUCK ONLY

9009 6/1 GAL BOTTLE PR CANOVANAS 007290038 5/01-15/11 36,960 TRUCK ONLY

9010 6/1 GAL BOTTLE PR MAYAGUEZ 007080000 5/01-15/11 36,960 TRUCK ONLY

9011 6/1 GAL BOTTLE PR PONCE 007327463 5/01-15/11 36,960 TRUCK ONLY

9012 6/1 GAL BOTTLE AR LITTLE ROCK 722047949 6/01-15/11 36,960 TRUCK ONLY

9013 6/1 GAL BOTTLE PR ARECIBO 006130651 6/01-15/11 36,960 TRUCK ONLY

9014 6/1 GAL BOTTLE PR BAYAMON 009600689 6/01-15/11 36,960 TRUCK ONLY

9015 6/1 GAL BOTTLE PR CAGUAS 007260881 6/01-15/11 36,960 TRUCK ONLY

9016 6/1 GAL BOTTLE PR CANOVANAS 007290038 6/01-15/11 36,960 TRUCK ONLY

9017 6/1 GAL BOTTLE PR MAYAGUEZ 007080000 6/01-15/11 36,960 TRUCK ONLY

9018 6/1 GAL BOTTLE PR PONCE 007327463 6/01-15/11 36,960 TRUCK ONLY

9019 6/1 GAL BOTTLE IL GRANITE CITY 620404437 6/16-30/11 36,960 IF RAIL TRRA

9020 8/48 OZ CA SACRAMENTO 958280918 4/01-15/11 30,492 TRUCK ONLY

9021 8/48 OZ IL CHICAGO 606323920 4/01-15/11 30,492 TRUCK ONLY

9022 8/48 OZ MI WARREN 480915322 4/01-15/11 30,492 TRUCK ONLY

9023 8/48 OZ MO CARTHAGE 648360000 4/01-15/11 30,492 TRUCK ONLY

9024 8/48 OZ MO CARTHAGE 648360000 4/01-15/11 30,492 TRUCK ONLY

9025 8/48 OZ MO KANSAS CITY 641619746 4/01-15/11 30,492 TRUCK ONLY

9026 8/48 OZ MO KANSAS CITY 641619746 4/01-15/11 30,492 TRUCK ONLY

9027 8/48 OZ NM ALBUQUERQUE 871095863 4/01-15/11 30,492 TRUCK ONLY

9028 8/48 OZ OH GROVE CITY 431239741 4/01-15/11 30,492 TRUCK ONLY

9029 8/48 OZ SC COLUMBIA 292015162 4/01-15/11 30,492 TRUCK ONLY

9030 8/48 OZ TX LAREDO 780415675 4/01-15/11 6,676 TRUCK ONLY

TX MCALLEN 785044802 4/01-15/11 23,816 TRUCK ONLY

ITEM TOTAL 30,492

9031 8/48 OZ MI BATTLE CREEK 490374822 4/16-30/11 13,398 TRUCK ONLY

MI WARREN 480915322 4/16-30/11 17,094 TRUCK ONLY

ITEM TOTAL 30,492

9032 8/48 OZ OH AKRON 443072234 4/16-30/11 30,492 TRUCK ONLY

9033 8/48 OZ TX ODESSA 797615256 4/16-30/11 30,492 TRUCK ONLY

9034 8/48 OZ WI EAU CLAIRE 547033898 4/16-30/11 30,492 TRUCK ONLY

9035 8/48 OZ CA LONG BEACH 908131434 5/01-15/11 30,492 TRUCK ONLY

9036 8/48 OZ CA SAN JOSE 951252113 5/01-15/11 30,492 TRUCK ONLY

9037 8/48 OZ MA BOSTON 021182704 5/01-15/11 15,246 TRUCK ONLY

MA HATFIELD 010389773 5/01-15/11 7,623 TRUCK ONLY

MA SHREWSBURY 015453948 5/01-15/11 7,623 TRUCK ONLY

ITEM TOTAL 30,492

9038 8/48 OZ MO CARTHAGE 648360000 5/01-15/11 30,492 TRUCK ONLY

9039 8/48 OZ MO CARTHAGE 648360000 5/01-15/11 30,492 TRUCK ONLY

9040 8/48 OZ MO KANSAS CITY 641619746 5/01-15/11 30,492 TRUCK ONLY

9041 8/48 OZ MO KANSAS CITY 641619746 5/01-15/11 30,492 TRUCK ONLY

9042 8/48 OZ NM GALLUP 873010000 5/01-15/11 30,492 TRUCK ONLY

9043 8/48 OZ NY ELMIRA 149030000 5/01-15/11 30,492 TRUCK ONLY

9044 8/48 OZ NY LATHAM 121101409 5/01-15/11 30,492 TRUCK ONLY

9045 8/48 OZ TX LAREDO 780415675 5/01-15/11 6,676 TRUCK ONLY

TX MCALLEN 785044802 5/01-15/11 23,816 TRUCK ONLY

ITEM TOTAL 30,492

9046 8/48 OZ VA NEWPORT NEWS 236014221 5/01-15/11 15,246 TRUCK ONLY

VA SALEM 241536437 5/01-15/11 15,246 TRUCK ONLY

ITEM TOTAL 30,492

9047 8/48 OZ MN MAPLEWOOD 551092020 5/16-31/11 30,492 TRUCK ONLY

9048 8/48 OZ MS JACKSON 392016215 5/16-31/11 30,492 TRUCK ONLY

9049 8/48 OZ OR PORTLAND 972111918 5/16-31/11 30,492 TRUCK ONLY

9050 8/48 OZ MO CARTHAGE 648360000 6/01-15/11 30,492 TRUCK ONLY

9051 8/48 OZ MO KANSAS CITY 641619746 6/01-15/11 30,492 TRUCK ONLY

9052 8/48 OZ MO KANSAS CITY 641619746 6/01-15/11 30,492 TRUCK ONLY

9053 8/48 OZ MT HELENA 596016400 6/01-15/11 30,492 TRUCK ONLY

9054 8/48 OZ NC CREEDMOOR 275227308 6/01-15/11 30,492 TRUCK ONLY

9055 8/48 OZ NC CREEDMOOR 275227308 6/01-15/11 30,492 TRUCK ONLY

9056 8/48 OZ NC CREEDMOOR 275227308 6/01-15/11 30,492 TRUCK ONLY

9057 8/48 OZ NC CREEDMOOR 275227308 6/01-15/11 30,492 TRUCK ONLY

9058 8/48 OZ NC CREEDMOOR 275227308 6/01-15/11 30,492 TRUCK ONLY

9059 8/48 OZ NC SALISBURY 281479278 6/01-15/11 30,492 TRUCK ONLY

9060 8/48 OZ NC SALISBURY 281479278 6/01-15/11 30,492 TRUCK ONLY

9061 8/48 OZ NC SALISBURY 281479278 6/01-15/11 30,492 TRUCK ONLY

9062 8/48 OZ NM GALLUP 873010000 6/01-15/11 30,492 TRUCK ONLY

9063 8/48 OZ TX LAREDO 780415675 6/01-15/11 6,676 TRUCK ONLY

TX MCALLEN 785044802 6/01-15/11 23,816 TRUCK ONLY

ITEM TOTAL 30,492

9064 8/48 OZ TX SAN ANTONIO 782272209 6/01-15/11 30,492 TRUCK ONLY

9065 8/48 OZ MO KANSAS CITY 641619746 6/16-30/11 30,492 TRUCK ONLY

9066 8/48 OZ NC CREEDMOOR 275227308 6/16-30/11 30,492 TRUCK ONLY

9067 8/48 OZ NC CREEDMOOR 275227308 6/16-30/11 30,492 TRUCK ONLY

9068 8/48 OZ NC CREEDMOOR 275227308 6/16-30/11 30,492 TRUCK ONLY

9069 8/48 OZ NC CREEDMOOR 275227308 6/16-30/11 30,492 TRUCK ONLY

9070 8/48 OZ NC CREEDMOOR 275227308 6/16-30/11 30,492 TRUCK ONLY

9071 8/48 OZ NC SALISBURY 281479278 6/16-30/11 30,492 TRUCK ONLY

9072 8/48 OZ NC SALISBURY 281479278 6/16-30/11 30,492 TRUCK ONLY

9073 8/48 OZ NC SALISBURY 281479278 6/16-30/11 30,492 TRUCK ONLY

9074 8/48 OZ NM ALBUQUERQUE 871095863 6/16-30/11 30,492 TRUCK ONLY

9075 8/48 OZ SC COLUMBIA 292015162 6/16-30/11 30,492 TRUCK ONLY

9076 9/48 OZ KY BOWLING GREEN 421017519 4/01-15/11 4,394 TRUCK ONLY

KY LEXINGTON 405083238 4/01-15/11 21,762 TRUCK ONLY

KY SHEPHERDSVILLE 401658539 4/01-15/11 13,156 TRUCK ONLY

ITEM TOTAL 39,312

COMMODITY TOTAL 2,486,064

SBA COMMODITY TOTAL 2,486,064

FOB DEST DELIVERY QUANTITY

ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO

BUTTERY SPREAD LIGHT

0001 18/15 OZ TUBS MO CARTHAGE 648360000 4/01-15/11 29,169 TRUCK ONLY

0002 18/15 OZ TUBS MO CARTHAGE 648360000 5/01-15/11 29,169 TRUCK ONLY

0003 18/15 OZ TUBS MO CARTHAGE 648360000 5/01-15/11 29,169 TRUCK ONLY

0004 18/15 OZ TUBS MO KANSAS CITY 641619746 5/01-15/11 29,169 TRUCK ONLY

0005 18/15 OZ TUBS MO CARTHAGE 648360000 6/01-15/11 29,169 TRUCK ONLY

COMMODITY TOTAL 145,845

SBA COMMODITY TOTAL 0

FOB DEST DELIVERY QUANTITY

ITEM PACK SIZE STATE & CITY ZIP CODE PERIOD (POUNDS) DELIVERY INFO

OIL-VEGETABLE

0006 BULK CA CITY OF COMMERC 900401717 4/01-15/11 48,000 TRUCK ONLY

0007 BULK IA ANKENY 500213908 4/01-15/11 48,000 TRUCK ONLY

0008 BULK MA AYER 014321832 4/16-30/11 48,000 TRUCK ONLY

0009 BULK MI LOWELL 493311076 4/16-30/11 48,000 TRUCK ONLY

0010 BULK CA CITY OF COMMERC 900401717 5/01-15/11 48,000 TRUCK ONLY

0011 BULK NJ HILLSIDE 072051121 6/01-15/11 48,000 TRUCK ONLY

COMMODITY TOTAL 288,000

SBA COMMODITY TOTAL 0

INVITATION TOTAL 2,919,909

SBA INVITATION TOTAL 2,486,064

*** END OF ITEM LISTING ***

16. Shipment/Delivery Schedule:

See Schedule of Supplies for period of performance. The Government shall issue

a Notice(s) to Deliver at least seven (7) calendar days prior to the first day

of each period of performance scheduled in the contract. Contractor shall comply

with the instructions in the Notice(s) to Deliver. If a Notice to Deliver is

issued less than seven (7) calendar days prior to the first day of the contracted

period of performance, the performance period shall be extended by the number

of days the Notice to Deliver is issued late. Contractor shall not be entitled

to any extension of the performance period unless contractor furnishes evidence

satisfactory to the Government that contractor was prepared to perform during

the contracted period of performance.

17. Other Requirements:

A. See the Eligibility of Bidders provision at Part 2, Section A.1 (b) in the Master

Solicitation for Commodity Procurements.

B. Seals on Transportation Conveyances:

Suppliers of commodities, products and/or services shall be responsible for placing

a seal(s) on all cargo doors of each transportation conveyance upon completion of

loading, partial unloading, inspection, or servicing. The seal must be a numbered,

barrier-type, high security bolt, cable or equivalent device which can only be removed

with bolt cutter type tools. The contractor or its agent shall provide a sufficient

number of barrier-type seals to ensure clear security of the lading while in route

through final destination.

The seal numbers shall be documented on the Bill of Lading, which must be signed

or acknowledged by the carrier or its agent. Deliveries may be refused if the seal

is broken or missing, or if the seal number(s) does not match the seal number(s)

recorded on the conveyance's Bill of Lading.

C. Contractor Past Performance Evaluation (applicable for contracts exceeding the

simplified acquisition threshold of $100,000. (NOTE: on October 01, 2010 this dollar

threshold must be increased to $150,000 – as per FAC 2005-45)

The Government will prepare a past performance evaluation at the time the work under

the contract or delivery order is completed. Evaluation will rate performance areas

such as, quality of product or service, cost control, timeliness of performance,

business relations, and when applicable, performance against, and efforts to achieve

the goals identified in the small business subcontracting plan. The evaluation will

be entered into the Contractor Performance Assessment Reporting System (CPARS).

Contractor will have an opportunity to comment on the Government’s evaluation.

Details on access and use of CPARS will be provided to the Contractor at a future

date. The past performance evaluation may be used by the Government to support future

award decisions.

18. FAR and Agriculture Acquisition Regulation (AGAR) Provisions and Clauses:

A. This solicitation shall be subject to the terms and conditions of KCCO's Master

Solicitation for Commodity Procurements (MSCP) in effect as of the date of this

solicitation and can be found at:



The FAR and AGAR provisions and clauses applicable to this solicitation

are contained in the MSCP.

B. / / Applicable if checked. FAR Clause 52.232-18, Availability of Funds

(Apr 1984). Funds are not presently available for this contract. The Government's

obligation under this contract is contingent upon the availability of appropriated

funds from which payment for contract purposes can be made. No legal liability

on the part of the Government for any payment may arise until funds are made

available to the contracting officer for this contract and until the contractor

receives notice of such availability, to be confirmed in writing by the contracting

officer.

/s/ Ray Boyd

Ray Boyd

Contracting Officer, USDA

February 03, 2011

Solicitation VP8 021

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download