MODIFICATION
37 -- Cow Mattresses (Pasture Mats or Equivalent)
- Notice Date
- 3/26/2020 3:20:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326299
— All Other Rubber Product Manufacturing
- Contracting Office
- USDA ARS MWA MADISON LSS MADISON WI 53706 USA
- ZIP Code
- 53706
- Solicitation Number
- 12561520Q0017
- Response Due
- 4/6/2020 1:00:00 AM
- Archive Date
- 04/21/2020
- 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
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number 12561520Q0017 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 326299 - All Other Rubber Product Manufacturing with a small business size standard of 500 employees and the PSC code is 3730. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 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 Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor 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.�Vendor must also include their DUNS# on their quote. Invoices are to be submitted and payment will be made through the IPP system. Vendors must be registered or register in the IPP system. Offerors responding to this announcement shall submit their quote on�SF-18�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes�in writing on the SF-18�to�aaron.dimeo@usda.gov�by no later than�April 6, 2020 at 3:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation�must be submitted through email�and are due by no later than�3:00 PM CST on Friday, April 3, 2020.�Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c861946b5ca14fd78c13c9e0c18689db/view)
- Place of Performance
- Address: Marshfield, WI 54449, USA
- Zip Code: 54449
- Country: USA
- Zip Code: 54449
- Record
- SN05601021-F 20200328/200326230141 (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 |