Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2020 SAM #6716
SOURCES SOUGHT

A -- RESEARCH PLOTS

Notice Date
4/17/2020 2:15:06 PM
 
Notice Type
Sources Sought
 
NAICS
111150 — Corn Farming
 
Contracting Office
USDA ARS MWA AMES LSS AMES IA 50010 USA
 
ZIP Code
50010
 
Solicitation Number
12612120Q0004SS
 
Response Due
4/23/2020 10:00:00 AM
 
Archive Date
05/08/2020
 
Point of Contact
RANDALL REINERTSON
 
E-Mail Address
randall.m.reinertson@usda.gov
(randall.m.reinertson@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE �A market survey is being conducted to determine if there are adequate Small Business, SBA-certified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is not a solicitation Announcement or Request for Proposal. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these services. The Department of Agriculture (ARS) has the need for the following service: Define Minimum Requirements �Contractor will identify several areas of farmland of specified size and quality requirements within specified Iowa Counties and make them available for use by ARS. The government intends to award on base year plus four option years firm fixed contract. The land will be prepared for planting of corn with appropriate tillage, herbicide application and fertilizer.� Additional weed and pest control measures will be provided during the season as needed.� Contractor will take possession of harvested grain at the end of the season and provide transportation of the grain from the field site. Contractor must identify suitable locations for research plots according the following specifications.� The research plot must be of homogeneous soil type, high yield potential, good drainage, and less than 3% slope.� No part of the research plot should be highly erodible, contain large non-tillable areas (that cannot easily be farmed around), contain small areas of differing or poor quality soils such as high sand or gravel content, be prone to surface water accumulation (wet-holes or areas where ponds form), or have the potential for receiving runoff from animal facilities.� The entire research plot should be within an area planted to soybeans in the previous year.� Surface and or solid manure applications should be avoided.� The research plot should be located in a field that is being used in the current growing season for conventional corn production, grown by the provider. Space must be provided at the ends of the research plot for turning planting, cultivating, and harvesting equipment.� None of the research plot should be located in headrows of the field or be in areas subject to high levels of soil compaction. Provider understands that some loss may occur in these areas from turning of planting equipment, cultivating equipment, and operation of a vehicle to transport seed to the planter.� ARS will provide final approval of land area. Research plot areas must be accessible throughout the season.� They should be located close to a roadway for accessibility by equipment and personnel throughout the entire growing season.� The provider agrees that research plots may be accessed for planting and cultivating at the discretion of ARS.� A level area will be required near the research plot to park a truck and trailer unit and to load and unload planting, cultivating, and harvesting equipment.� ARS may visit the research plot any time during the growing season for collecting research data and performing research operations such as collecting samples, and labeling plots with tags or wooden stakes. Area and location requirement: One research plot area is required within the specified counties below to accommodate the land-area requirement and to provide locations in the same geographic areas of the state of Iowa as research plot work performed in past years for multi-year studies. County����������� Acres Cass�������������� �8.3 Carroll������������ 11.0 Washington���� 11.2 Benton����������� 12.2 Hamilton��������� 7.5 Story������������� 17.2 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 111150, with a Size Standard of $1 MIL and the PSC Code is AA31. 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.� Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. Responses should be submitted by (4/23/2020 @12:00PM central time) to the attention of (Randall Reinertson) at the address above. Questions should be directed to Randall Reinertson,� Randall.m.reinertson@usda.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/389440ea4110457a980398ebb3a44ec1/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN05625216-F 20200419/200417230148 (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 |
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.