Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
DOCUMENT

87 -- Large Animal Feed - Amendment 1

Notice Date
9/11/2008
 
Notice Type
Amendment 1
 
NAICS
311119 — Other Animal Food Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-08-AA20
 
Response Due
9/16/2008 2:00:00 PM
 
Point of Contact
Georgetta C Stonewall,, Phone: (309) 681-6624, Mark O Volk,, Phone: 309-681-6618
 
E-Mail Address
georgetta.stonewall@ars.usda.gov, mark.volk@ars.usda.gov
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation AG-5114-S-08-AA20 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification System (NAICS) code is 311119; small business size standard is 500 employees. The government may make multiple awards under this solicitation. The award will be for one Six Month, firm fixed priced, ID Type contract. MINIMUM/MAXIMUM ORDERS: Minimum services to be rendered will not be less than $1,000 for the contract. The maximum amount of services to be rendered shall be no more than $75,000 for the contract. Delivery orders will be issued against the resultant contract(s). The contractor shall perform no work prior to receipt of a delivery order. SUPPLY AND DELIVER: Base year - October 1, 2008 through March 31, 2009. Item 1 - 2 Ton - Swine Grower Ration (Code 538) - Bag; Item 2 - 12 Ton - Swine Finisher Ration (Code 540) - Bag; Item 3 - 10 Ton - Custom Swine Diet (Code 542) - Bag; Item 4 - 12 Ton - Sheep Maintenance Ration (Code 590) - Bag; Item 5 - 12 Ton - Sheep Maintenance Ration (Code 591) - Bulk; Item 6 - 11 Ton - Horse Maintenance Ration (Code 560) - Bag; Item 7 - 72 Ton - Bovine Maintenance Ration (Code 520) - Bulk; Item 8 - 30 Ton - Bovine Maintenance Ration (Code 521) - Bag; Item 9 - 16 Ton - Bovine Grower/Finishing Ration (Code 548) - Bag; Item 10 - 10 Ton - Bovine Complete Ration (Code 550) - Bag; Include unit prices for each six month option. TECHNICAL SPECIFICATIONS: See attached information for complete specifications. SHIPPING AND DELIVERY, PERFORMANCE, AND ACCEPTANCE: Deliveries shall be made to USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Building 13, Ames, IA 50010 between October 1, 2008 and March 31, 2009. Deliveries shall be made during normal business hours of 7:30 a.m. through 2:30 p.m. (CST) Monday through Friday, excluding Federal Holidays. The Contractor shall be prepared to deliver by October 1, 2008. Order will be placed by the Contracting Officer (CO) or other ordering official designated by the CO at the time of award. Delivery Order may be placed by phone, mail, email or fax. Delivery shall be made within four (4) working days upon issuance of Delivery Order. Because of research and changes in the number of animals on site, limited storage space, and the fact that feed is dated, a minimum order quantity cannot be guaranteed at the time of each delivery order. Inspection and Acceptance at Destination will take place within four (4) working days after the feed is delivered. Deliveries shall be made in clean, closed motor truck or trailer not used in the transportation of livestock. Shipment shall be made direct from the mill to National Animal Disease Center (NADC) without transfer from truck to truck or trailer or through terminals and unloaded at location specified by the NADC. It is required by the ICC that both empty and loaded weight must be obtained from the same weighing station. The Contractor shall provide the Government with a certified copy of both the empty and loaded weigh tickets, 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 be presented with each delivery (allowing for a signature of the person making the delivery and signature of Government personnel receiving the delivery) and must list the number of bags. NOTE: Exception to weigh tickets would be for bags that have certified equal weights and each bag is marked, thus weigh tickets would not be required. If weigh tickets are not presented, the Government reserves the right to weigh random bags upon delivery. INFORMATION TO BE INCLUDED IN QUOTATION - In order to be considered for award Offerors shall provide: 1) Unit price and total amount on signed and dated Company Letterhead for EACH line item (DUNS number should be included). 2) Feed Information as follows: a) Nutrient guaranteed analysis including vitamins and minerals; b) Listing of major ingredients; c) Feeding directions to meet specified requirements; and d) Any precautions. 3) At least 3 to 5 references for the proposed product. References must have received the proposed product within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://acquisition.gov/comp/far/loadmainre.html and 5) a current copy of the Company’s CCR entry. (NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http:/acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-7, Central Contractor Registration (The website address for registration is: http://www.ccr.gov); FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 216-27, Single or Multiple Awards; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://acquisition.gov/comp/far/loadmainre.html. APPLICABLE FAR CLAUSES AND PROVISIONS REQUIRED IN FULL TEXT - SEE ATTACHMENT. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., September 16, 2008. Proposals and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6624 or email below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7120f8f12ba60a19f4268624363b1d17&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Form SF1449 is provided. Request for option period pricing has been removed. Due date for quotes extended to September 16, 2008. (Amendment one.pdf)
Link: https://www.fbo.gov//utils/view?id=cf87c82f1974aa5fe1e33b68e7f1f923
Bytes: 108.76 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Bldg 13, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01668009-W 20080913/080911231303-7120f8f12ba60a19f4268624363b1d17 (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.