Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2005 FBO #1160
SOLICITATION NOTICE

87 -- Delivery of Soybean Meal

Notice Date
10/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
111110 — Soybean Farming
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm. 329, BARC-West, Beltsville, MD, 20705
 
ZIP Code
20705
 
Solicitation Number
01-3k47-05
 
Response Due
10/28/2004
 
Point of Contact
Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009, - Michael Wesley, Contract Specialist, Phone 301/504-6071, Fax 301/504-5009,
 
E-Mail Address
wesleym@ba.ars.usda.gov, wesleym@ba.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is 01-3k47-05 and is issued as a request for quotation (RFQ) and a total small business set-aside. Offers are solicited only from small business concerns. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 01-24. The North American Industry Classification System (NAICS) code is 111110, with a small business standard of 0.75 million. The USDA, Agricultural Research Service intends to award a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) purchase order for the delivery of Soybean meal. Inspection and Acceptance will be performed at Building 177C BARC-East Beltsville, Maryland. The period of performance will be from October 30, 2004 through September 30, 2005. The Government cannot determine in advance the exact amount of Soybean that will be required during the contract period; however, the following quantities apply: Minimum quantity for the year will be 240 tons. Maximum quantity for each year is 288 tons. This in no way obligates the Government to purchase the estimated quantities nor does it limit the government to the estimated quantities. Estimated quantities are provided to give offerors a better understanding of the size of the requirement and also to evaluate prices. Soybean must contain a minimum of 47.5% Protein and not contain any Bentonite as a flow agent. The Soybean must not contain any pelleted ingredients, all delivered feed shall be pure and free of additives such as hormones, antibiotics, growth stimulants, bactericides, bacteriostat and and cocidiostats. The government shall not accept substitute products. At the government’s request, the bidder shall supply a sample of any items at no charge to the government for the sole purpose of analysis and examination. Feed shall not be exposed to the external factor prior to delivery such as precipitation, insects, mold or any foreign objects. All deliveries shall be identified and labeled according to the specifications. The average delivery per month is estimated to be between 20/24 tons. Deliveries are to be made only by dump trucks or bottom unloading trailers. The guaranteed analysis shall consist of the following: Crude Protein (minimum) 47.5% Crude Fat (minimum) 0.50% and Crude Fiber (maximum) 3.5%. The address for deliveries is USDA, ARS, BA Beltsville Agricultural Research Center, ANRI , RAS Feed Center Building 182 Beltsville, MD.The report site for deliveries is Building 177 Room 108. Deliveries shall be made during normal business hours of 8:00 a.m. through 2:30 p.m. on Monday through Friday, excluding Federal holidays unless prior authorization is given. The contractor shall make deliveries only when requested by the Government. The contractor shall deliver within five calendar days after receipt of a telephone or written order, unless otherwise agreed upon at the time the order is placed. Orders will be placed by any of the following contact persons (or other authorized representative, as designated in writing) Dale Bushling, Gary Wenzel or Keith Hummel. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation--Commercial Items; 52.212-3 Offeror Representations and Certifications--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-22 Indefinite Quantity; Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.232-18 Availability of Funds; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-34 F.o.b. Destination. In paragraph (b) of 52.212-5 the following apply: 52.203-6, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1 and 52.225-13. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION)(USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of theVietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks “has not” may not be awarded a contract until the required report is filed. The following two clauses apply to CCR Database Registration: 52.204-7 Central Contractor Registration, Alternate 1, 52-232-33. Payment by Electronic Funds Transfer CCR. 52.216 18-Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 30, 2004 through the end of the base year plus option years if the options are exercised. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216 19 Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 ton, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 300 tons; (2) Any order for a combination of items in excess of 300 tons; or (3) A series of orders from the same ordering office within five days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216 21 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within seven days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216 22 Indefinite Quantity (a) This is an indefinite quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. FAR clauses can be accessed at www.arnet.gov. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after expiration of the contract.All offerors must include completed copies of 52.212-3 (Offeror Representations and Certifications), 52.222-70 (Compliance with Veterans Employment Reporting Requirements) with their response. Included in paragraph (a) of 52.212-2, the following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; and (iii) past performance. Fax quotations are acceptable to Michael Wesley (301)504-5009 on or before October, 28 2004 by 4:30 p.m. (EST) provided a hard copy with an original signature is received by or before the closing date. Please Note: Upon award, the contractor must be registered in the Central Contractor Registration Database System. The contractor’s DUN’S number will be used to verify registration in the Database system. All responsible sources may submit a quotation, which will be considered by the agency. Responses shall include literature, brochures and other such information in order to determine the ability to meet the above stated capabilities. It’s the contractor job to check the Internet site for any posted changes to the solicitation. A firm fixed price purchase order will be awarded to the responsible firm with a quote that’s most advantageous to the government considering price and price-related factors. The anticipated award date is October 29, 2004. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/PaCS/01-3k47-05/listing.html)
 
Place of Performance
Address: USDA,ARS,BA Beltsville Agricultural Research Center, ANRI Beltsville, Maryland.
Zip Code: 20705
Country: USA
 
Record
SN00741743-F 20050129/050127214345 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.