Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2015 FBO #4838
SOLICITATION NOTICE

F -- Custom Hay Baling - DOL Determinations - Clauses - Statement of Work

Notice Date
2/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115113 — Crop Harvesting, Primarily by Machine
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, USDA APHIS, 1920 DAYTON AVE, AMES, Iowa, 50010, United States
 
ZIP Code
50010
 
Solicitation Number
S811-00235
 
Archive Date
3/26/2015
 
Point of Contact
Lara J. Hicok, Phone: 5153377159
 
E-Mail Address
lara.j.hicok@aphis.usda.gov
(lara.j.hicok@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Clauses DOL Determinations 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 S811-00235 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The 2012 NAICS code applicable to this acquisition is 115113. To be considered a small business under this NAICS, offerors must not exceed the 7.5M size standard. The USDA, ARS, National Animal Disease Center (NADC) has a requirement for a contractor to provide custom hay baling as detailed in the Statement of Requirement below (see attached). NADC has hay plots on-site up to 75 acres and 45 acres adjacent to facility (across roadway) which may be baled by the contractor as requested by the NADC. NADC Farm Management Staff will determine fields to harvest. Minimum number of acres harvested will be 60 acres up to a maximum of 300 acres. Vendor to bid on a per acre basis and will be paid on a per acre basis. Vendor shall supply all needed equipment to include: tractors, balers, rake, mower, wagons, tractors to pull wagons, fuel and labor for all the vendor supplied equipment to harvest hay as assigned by National Animal Disease Center (NADC) Farm Management Staff. Vendor will be responsible for delivery of all baled hay from the fields to NADC location as specified by NADC Farm Management Staff. Vendor will be required to deliver large square/round bales to specific locations by NADC Farm Management staff. Vendor will be required to bale small squares and to stack on hay racks supplied by NADC. NADC Farm Management staff will provide personnel to unload hay racks as needed. Vendor will be responsible for supervision and safety of all areas of the operation in which they are responsible. Hay harvest to begin as early as mid-May and may proceed to the middle of October. All tasks must be completed in accordance with typical industry standards and in coordination with NADC Farm Management Staff. Hay is to be baled in Large Square bales/Round bales (typically about 90% of total) and/or Small Square bales (typically less than 10% of total) as designated by NADC Farm Management Staff. Hay is to be cut and crimped/crushed. Care should be taken when raking and baling to prevent dry matter loss. Hay is to be baled when moisture content reaches 15-18%. Propionic Acid and propionic-acetic acid preservatives may be used with prior approval of NADC Farm Management Staff. The acid preservative should be applied at the baler and at a rate recommended by the manufacturer. Exact harvest dates to be determined by NADC Farm Management Staff depending on weather and plant growth stage. Subsequent cuttings will typically be about 28 days apart depending on weather conditions. Harvest to commence within 4 calendar days from verbal or written request by an authorized government employee and be completed in a timely manner yielding a satisfactory product as described above. Estimated acres to be baled per cutting: 1st cut - 60 acres (mixed grass) (all Round / Large Square) and 7 acres Alfalfa (all Small Square and/or Round/Large Square) about 6/1/15 2nd cutting - 55 acres (mixed grass) (all Round/Large Square) and 7 acres Alfalfa (all Small Square) about 7/1/15 3rd cutting - 55 acres (mixed grass) (all Round/Large Square) and 7 acres Alfalfa (all Small Square) about 8/1/15 4th cutting - 55 acres (mixed grass) (all Round/Large Square) and 7 acres Alfalfa (all Small Square) about 9/1/15 Small Square bales of hay shall be satisfactorily baled with wire or rot-proof twine. Bales that are ragged, 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. Bales should weigh between 50 and 70 pounds each. Hay shall not contain injurious foreign material. Large Square bales of hay shall be satisfactorily baled with rot-proof twine making a 3' X 3' X 8', a 3' X 4' X 8' or a 4' X 4' X 8' bale. Round Bales of hay shall be satisfactorily baled with net-wrap making a bale that is minimum 4.5' to 6' in diameter and approximately 5' wide with a minimum weight of 1200 pounds and maximum 1800 pounds. *Large Square and Round Bales that are ragged or having twine/wrap of unequal tension, which makes it difficult to handle, will not be acceptable. Hay shall not contain injurious foreign material. Award will be based on technical acceptability, best value and ability to deliver ARO. Statement of Work is detailed above. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed product with enough detail to ascertain and verify that the product meets the minimum must-have specifications listed on the attached document. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award offerors shall provide 1) a Quote on company or formal letterhead detailing the item description, unit price per item and the total price, 2) company DUNS number for verification of current ACTIVE status in the System for Award Management purposes 3) any documentation necessary for verification that product satisfies the minimum must-have specifications attached. REJECTION OF QUOTATION: 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. NOTE: Guidance in this solicitation for actions within CCR and ORCA are now conducted through the Single Award Management system found at www.sam.gov. Vendors MUST have a record showing "Active" to be considered for award. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-NADC, 1920 Dayton Avenue, Ames, IA 50010. 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 Quotes to Lara J. Hicok, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 9:00am March 11, 2015. Quotes and other requested documents may be provided by email: lara.j.hicok@aphis.usda.gov or facsimile to (515) 337-7247 if desired. Additional information may be obtained by contacting the Purchasing Agent at lara.j.hicok@aphis.usda.gov. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/278112a0ae257ca7dae510294b0a4959)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN03647472-W 20150222/150220234629-278112a0ae257ca7dae510294b0a4959 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.