Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

87 -- Straw, Small Square Bales - Forms

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-10-BB09
 
Point of Contact
Georgetta C Stonewall, Phone: (309) 681-6624
 
E-Mail Address
georgetta.stonewall@ars.usda.gov
(georgetta.stonewall@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449; FAR 212-3; Reference Pages 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-10 BB09 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 40. 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 straw - small square bales from the 2010 crop in accordance with the specifications below. The award will be a firm fixed price contract for 170 ton with deliveries to be made between October 1 and December 31, 2010 as the crop is baled in accordance with the Technical Specifications. TECHNICAL 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 2010 crop and meet the specifications listed below. No straw will be accepted that is moldy, weathered, and 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. DELIVERIES: Delivery shall be direct from fields or barns via clean vehicles not used for transportation of livestock. Deliveries shall be made to: USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Building 13, Ames, Iowa 50010 from October, 1, 2010 through December 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 must call (515) 450-3193 or (515) 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 will 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/bundles, the Government will provide the labor and equipment to unload and stack the straw, in the designated storage area, at no expense, to the contractor. STORAGE: If the straw is not delivered directly from the field the successful quoter 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 with a completion date for delivery of December 31, 2010. 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 & requirements as specified herein or it will not be accepted. It will be required that the straw not be unloaded until inspected and approved by Government personnel. 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 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 their 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 52.212-1, 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; FAR 52.232-18, Availability of Funds. 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., May 3, 2010. 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-10-BB09/listing.html)
 
Place of Performance
Address: USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Building 13, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02121336-W 20100416/100414234704-ca0b54cd068987ab0970f260f632e7aa (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.