SOURCES SOUGHT
37 -- Cow Mattresses (Pasturemats or Equivalent)
- Notice Date
- 3/13/2020 2:17:09 PM
- Notice Type
- Sources Sought
- NAICS
- 326299
— All Other Rubber Product Manufacturing
- Contracting Office
- USDA ARS MWA MADISON LSS MADISON WI 53706 USA
- ZIP Code
- 53706
- Solicitation Number
- 12561520Q0017SS
- Response Due
- 3/23/2020 11:00:00 AM
- Archive Date
- 04/07/2020
- Point of Contact
- Aaron Dimeo, Laura Jones
- E-Mail Address
-
aaron.dimeo@usda.gov, laura.jones@ars.usda.gov
(aaron.dimeo@usda.gov, laura.jones@ars.usda.gov)
- Description
- SOURCES SOUGHT NOTICE This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation for proposals or quotes and does not obligate the Government to award a contract. This notice is for informational and planning purposes only and shall not be construed as a solicitation or an obligation or commitment by the Government, nor is it a Request for Quote (RFQ) at this time. Responses to this Notice must be in writing. The purpose of this Sources Sought Notice is to conduct market research to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Contractor/vendor responses to this notice shall include the following: (a) company name; (b) address; (c) point of contact; (d) phone, fax and email; (e) DUNS Number; (f) Cage Code; (g) socioeconomic category (i.e., small business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, etc.); (h) a technical/capability statement as well as your existing customers, and (i) any GSA Schedule numbers and expiration dates. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The Department of Agriculture (ARS) has the need for the following products and service: 0001) Cow Mattresses (Pasturemats or Equivalent); Qty 56: Minimum Requirements The USDA-ARS has equipped 7 research pens with Calan Gates to measure individual voluntary intakes of dairy cows. Currently, each pen has 8 freestalls (56 total), but the mattresses placed in each stall are aged, and do not meet optimum standards for cow comfort and animal welfare. The USDA-ARS seeks to have the existing 56 mattresses replaced with Promat Pasture MatTM mattresses or equivalent. The mattress system should include 66-inch, rubber-particle-filled mats with a 1.5-inch thick comfort pad made with high-density memory poly urethane foam, and HRC top cover. Currently, a poly brisket board exists in the freestalls, which can be re-used, but any additional cost of re-installation would be included. The USDA-ARS/University of Wisconsin farm crew will supply a suitable forklift or skid-steer for moving the mattresses during installation. Beds will be graded out and compacted prior to installation (as necessary) by USDA-ARS/University of Wisconsin farm staff. Bid should include cost of removing old (existing) mattresses. Specification statement of how equipment will be used: Mattresses will be used to adapt the existing heifer facility for feeding studies with lactating cows. Animal-care standards for lactating cows are greater than for non-lactating bred heifers. These mattresses are intended to improve cow comfort and productivity, thereby making milk responses to dietary treatments most meaningful for stakeholders. Brand Name or Equal: Promat Pasture MatTM Line Item Descriptions: Must be 66-inch (long) by 46-inches (wide), rubber-particle-filled mattresses. Mattress fabric for #1 (above) should be needle-punched polypropylene with nylon stitching. Mattresses should be 2-inches thick and weigh between 90 and 135 lbs. Must have 1.5-inch-thick comfort pad made with high-density memory poly urethane foam. Comfort pads should be 66 inches long and 39 inches wide. Must have HRC top cover. Fabric should be reinforced needle-punched polypropylene with top-coating made of impregnated natural rubber coating. Top-coating rolls are 75 inches wide and 154 feet long. Must include cost of poly-pillow brisket board re-installation (existing brisket board can be re-used). Must include all other installation parts and accessories. Must include cost of installation. Descriptive literature needed: We will require documentation to ensure the mattresses meet our requirements for lactating dairy cows. Commercial Warranty: Standard 3-year warranty for freestall installations is sufficient. Delivery and Installation Location: 2615 Yellowstone Drive, Marshfield, WI 54449 Capability Statements: To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register in SAM.�Vendor must include their DUNS# on their capability statements. The NAICS code for the expected acquisition is 326299, with a Size Standard of 500 employees and the PSC Code is 3730. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13.� Please email a capability statements to Aaron Dimeo at aaron.dimeo@usda.gov by 1:00 p.m. (CST), March 23, 2020.Telephone inquiries will not be accepted. Please note the �SNP Genotyping of 250 Single Nucleotide Polymorphism� in the subject line of the email. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1742a57b136042b48ba0ecaab470eda7/view)
- Place of Performance
- Address: Marshfield, WI 54449, USA
- Zip Code: 54449
- Country: USA
- Zip Code: 54449
- Record
- SN05588925-F 20200315/200313230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |