Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

87 -- Grass Hay - Small Square Bales - SF1449, Reps and Certs, References

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
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-09-BB16
 
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
(georgetta.stonewall@ars.usda.gov, mark.volk@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Items to complete and return as part of quote. 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-09 BB16 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 32. The North American Industry Classification System (NAICS) code is 111940; small business size standard is $.75 million. This is a total set-aside for small business. The USDA, ARS, MWA, NADC, Ames, IA has a requirement/need for grass hay - small square bales from the 2009 crop in accordance with the included specifications. The Government intends to award a firm fixed price, indefinite quantity/ indefinite delivery (IDIQ) type contract. The estimated total amount of the contract is 200 ton with partial deliveries to be made between October 1 and December 31, 2009 within 10 working days of a call from an authorized government representative. MINIMUM/MAXIMUM ORDERS: Minimum services to be rendered will not be less than $5,000 for the total contract. The maximum amount of services to be rendered shall be no more than $50,000 for the total contract. Delivery orders will be issued against the resultant contract. TECHNICAL SPECIFICATIONS: Hay must be Grade No.1 or upper Grade No. 2, according to standards of the Hay Market Task Force of America Forage and Grassland Council. Relative Feed Value Index (RFV) should be 125-150% Crude Protein should be 10-14% on dry matter basis; Acid Detergent Fiber (ADF) should be less than 36% on a dry matter basis; and Neutral Detergent Fiber (NDF) should be less than 46% on a dry matter basis. The hay must be from year 2009 crop, and meet the specifications listed below. The composition of the hay should be a mixture of cool season grasses (and can include some alfalfa) that are consistent with growing conditions in the upper Midwest regions of the US. The alfalfa content should not be over 30%; Fifty per cent (50%) or more leaves, green; less than 5% foreign material; free of mold, must odor, dust, etc. No hay will be accepted that has been rained on, is moldy, weathered, and weedy, wet, or shows poor construction. All hay is to be harvested from fields, that are not grazed or from CRP acres. The hay 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 65 pounds each. Hay shall not contain injurious foreign material. SHIPPING AND DELIVERY, PERFORMANCE AND ACCEPTANCE: 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 to: USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Building 13, Ames, Iowa 50010 from October 1, 2009 through December 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.Deliveries shall be made within ten (10) working days after receipt of a telephone request by Government Representative. It will be requested that contractor call (515) 450-3193 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 hay. The delivery ticket must list the number of bales per load. The Contractor shall be responsible for unloading and stacking the hay in an area designated by the Government. If the bales are banded in bundles of not more than 21 bales/bundle, the government will mechanically unload and stack the hay in the designated storage area at no expense to the contractor. STORAGE: If the hay is not delivered directly from the field the successful quoter shall store the hay 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 hay before, and at any time after the contract is consummated to assure that the hay is not being contaminated with dangerous pathogens. The Government reserves the right to make inspection of fields, barns where the hay 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 hay must meet specifications & 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. QUOTATIONS SHALL INCLUDE: In order to be considered for award Offerors shall provide: 1) Completed copy of the attached SF-1449 (DUNS number should be included); 2) 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; and 3) 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 is attached or may be obtained at http://acquisition.gov/comp/far/loadmainre.html. (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. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS: 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 219-6, Notice of Total Small Business Set-Aside; 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. 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., June 26, 2009. 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 above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-09-BB16/listing.html)
 
Place of Performance
Address: USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Bldg 13, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01842024-W 20090613/090611235053-93ee91a749dab921b780932e9495d6a3 (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.