Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

87 -- Corn Silage from 2009 Crop - Return Package

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111150 — Corn 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-BB26
 
Point of Contact
Mark O Volk, Phone: 309-681-6618, Rebecca A. Holzinger, Phone: 309-681-6616
 
E-Mail Address
mark.volk@ars.usda.gov, becky.holzinger@ars.usda.gov
(mark.volk@ars.usda.gov, becky.holzinger@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 Reps and Certs Bid Form SF1449 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-BB26 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 35. The North American Industry Classification System (NAICS) code is 111150; 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 Corn Silage - from the 2009 crop in accordance with the specifications below. The award will be a firm fixed price contract for 450 ton with deliveries to be made at corn maturity (August 2009-September 2009) in accordance with the Technical Specifications. TECHNICAL SPECIFICATIONS: The vendor shall supply all silage, operate and supply all equipment, provide all supervision necessary to supply the National Animal Disease Center (NADC) with sufficient corn silage (approximately 450 ton) to fill three 9' diameter by 200' long silage storage bags. Contractor will be responsible for delivery of silage from the fields to NADC and dump loads in an area next to the bagging operation. Vendor shall provide and apply a silage inoculate ("Pioneer" brand 11A44). Finished product shall have a minimum of 45% grain, between 34%-38% moisture, and a finished product size of five-eight inch cut size. At a minimum 1 out of every four loads will be weighed at an approved and licensed scale. An average weight will be established and multiplied by the number of loads delivered. If trucks or wagons used to haul the silage vary in size the "fourth" load of every vehicle type shall be weighed. The Contractor shall be responsible for maintaining accurate count of loads and tonnage hauled by each vehicle. All original weigh tickets and number of loads shall be left with the Government Representative at the conclusion of each day. Specific instructions: The silage chopper shall have a minimum of a three row head or equivalent cutting capacity and be equipped with a kernel processor if NADC requests this process. Government furnished items: NADC will furnish the following for the Contractors use in performing the work of this project. One tractor and self unloading wagon to convey silage into the silage bagger; two loader tractors for dumping silage from the piles into the self loading wagon; fuel for the three tractors supplied by NADC and sufficient labor to operate them. Special Note: Bags will be filled on a level rock chip base. Final inspection will be made at time of delivery to the National Animal Disease Center, and must meet specifications & requirements as specified herein or it will not be accepted. QUOTATIONS - 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 2 to 3 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. 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 52.211-6, Brand Name or Equal; 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 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 Rebecca Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., August 14, 2009. Proposals and other requested documents may be provided by facsimile to (309) 681 6683 if desired. Additional information may be obtained by contacting Mark O. Volk at 309/681-6618, email Mark.volk@ars.usda.gov or fax above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-09-BB26/listing.html)
 
Place of Performance
Address: National Animal Disease Center NADC, 2300 Dayton Ave., Ames, IA 50010, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01898151-W 20090806/090804235520-c4dcf9ff5006d6567adb7108bfe2f517 (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.