Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

87 -- Native Grass Hay, Small Square Bales

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
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-11-BB08
 
Archive Date
7/30/2011
 
Point of Contact
Georgetta C Stonewall, Phone: (309) 681-6624, Constance F. Williams, Phone: 3096816118
 
E-Mail Address
georgetta.stonewall@ars.usda.gov, connie.williams@ars.usda.gov
(georgetta.stonewall@ars.usda.gov, connie.williams@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT CHANGES THE DATE THAT QUOTES ARE DUE TO JULY 29, 2011 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-11 BB08 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005 52. 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 native grass hay - small square bales from the 2011 crop in accordance with the included specifications. The award will be a firm fixed price contract for 275 tons with delivery starting October 1, 2011 as the crop is baled in accordance with the Technical Specifications. TECHNICAL SPECIFICATIONS: Grass hay must be Grade No.2 or upper Grade No. 3, according to standards of the Hay Market Task Force of America Forage and Grassland Council. Relative Feed Value Index (RFV) should be 95-124; Crude Protein should be 12-16% on dry matter basis; Acid Detergent Fiber (ADF) should be less than 41% on a dry matter basis; and Neutral Detergent Fiber (NDF) should be less than 55% on a dry matter basis. The hay must be from year 2011 crop, and meet the specifications listed below. Native grass is to be first or second cutting. The composition of the hay is to be at least 70% LIMESTONE LITTLE BLUESTEM and the remainder to include Western Wheatgrass, Big Bluestem, Switchgrass, Prairie Cordgrass, Indian Grass, and side-oats grama. 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 field that are not grazed or close proximity. 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 75 pounds each. Hay shall not contain injurious foreign material. DELIVERIES 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 starting October 1, 2011. 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 663-7224 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 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 - In order to be considered for award Offerors shall provide: 1) Completed copy of the attached SF-1449 (DUNS number should be included along with company name and address); 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. Failure to include all documents required above under QUOTATIONS will be cause to reject the quote without further discussions. 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., July 29, 2011. 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-11-BB08/listing.html)
 
Place of Performance
Address: USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Building 13, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02503905-W 20110721/110720002511-d343ec02daf2fe75370f412aecb75b0e (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.