Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

87 -- STRAW

Notice Date
4/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111998 — All Other Miscellaneous Crop Farming
 
ZIP Code
00000
 
Solicitation Number
AG6125S08AA03
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation, AG-6125-S-08-AA03, is being issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 111998. The USDA-ARS-National Animal Disease Center, Ames, Iowa, has a requirement to purchase 180 Ton of STRAW: SMALL SQUARE BALES FOR PERIOD BEGINNING July 1, 2008 AND ENDING NO LATER THAN September 30, 2008. QUOTERS PLEASE NOTE: The price requested herein MUST be a price that will be firm on date of shipment. SPECIFICATIONS: The straw shall be US Grade No. 1, wheat or oat straw in accordance with the "Handbook of Official Hay & Straw Standards", revised effective July 1, 1949, of the United States Department of Agriculture, Production and Marketing Administration, Grain Division. The straw must be from year 2008 crop and meet the specifications listed below. No straw will be accepted that is moldy, weathered, weedy, wet, or shows poor construction. The straw shall be satisfactorily baled with wire or rot-proof twine. Bales that are ragged, bales shorter than 36" or longer than 48", and bales having wires or twine of unequal tension, which makes it difficult to handle, will not be acceptable. ROUND BALES WILL NOT BE ACCEPTABLE. Bales should not weigh more than 60 pounds each. Straw shall not contain injurious foreign material. DELIVERS: Delivery shall be direct from fields or barns via clean vehicles not used for transportation of livestock. Shipment by rail is not acceptable. Deliveries shall be made within ten (10) working days after receipt of a telephone request by Government Representative, during the period starting July 1, 2008 and ending no later than September 30, 2008 excluding Federal holidays and weekends. It will be requested that contractor call (515) 663-7289 or 663-7248 prior to delivery. It is required by the ICC that both the empty and loaded weight must be obtained from the same weighing station. The Contractor shall provide the Government with a certified copy of the loaded weight ticket at the time of each delivery, which must be obtained at an Official Weighing Station with the firm's name inscribed on the weigh ticket. A DELIVERY TICKET must accompany the weigh ticket also, allowing for a signature of a person making the delivery and a signature of government personnel receiving the straw. The delivery ticket must list the number of bales per load. The Contractor shall be responsible for unloading and stacking the straw in an area designated by the Government. If the bales are banded, in bundles, of no more than 21 bales/bundle, the government will provide labor and equipment, to unload and stack the straw, in the designated storage area, at no expense, to the contractor. STORAGE: The successful bidder shall store the straw at no additional cost to the Government until such time as all deliveries have been made and the contract has been completed. INSPECTION: The Government reserves the right to inspect the premises and origin of straw before, and at any time after the contract is consummated to assure that the straw is not being contaminated with dangerous pathogens. The Government reserves the right to make inspection of fields, barns where the straw is being stored, and the bales to determine quality and freedom from animal contaminations and also to assure that the quoter's operations will meet conditions required. Final inspection will be made at time of delivery to the National Animal Disease Center, and the straw must meet specifications and requirements as specified herein or it will not be accepted. It will be required that the hay NOT be unloaded until inspected and approved by Government personnel. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 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; 52.225-2 Buy American Act Certificate; 52.233-4 Applicable Law for Breach of Contract Claim; 52.249-2 Termination for Convenience of the Government; and 52.249-8 Default. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.219-6, 52.219-8, 52.225-1, 52.225-13, and 52.232.33. The above FAR clauses may be viewed in full text at www.acquisition.gov. Per FAR 13.106-2, award will be made to ensure that the purchase is the most advantageous and of the best value to the Government, based on the following evaluation factors: 1) Technical capability of the item offered to meet the Government's requirements; 2) Price; 3) Quality; and 4) Past performance. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before MAY 15, 2008. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is MAY 16, 2008. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0f8f6f60a63622bfce4974c53e99d515&tab=core&_cview=1)
 
Record
SN01548596-W 20080409/080407220037-0f8f6f60a63622bfce4974c53e99d515 (fbodaily.com)
 
Source
FedBizOpps 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.