Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2020 SAM #6728
MODIFICATION

F -- HAY BALING

Notice Date
4/29/2020 3:46:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115113 — Crop Harvesting, Primarily by Machine
 
Contracting Office
USDA ARS MWA AMES LSS AMES IA 50010 USA
 
ZIP Code
50010
 
Solicitation Number
12612120Q0003
 
Response Due
5/9/2020 3:00:00 PM
 
Archive Date
05/24/2020
 
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
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 written solicitation will not be issued. Solicitation number 12612120Q0003 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05.This is a Small Business Set Aside. The associated NAICS code is 115113 , with a size standard $8Mil and the PSC code is F099. This acquisition is for the following items as identified in the Contract Line Item �The mission of the United States Department of Agriculture National Animal Disease Center (NADC) has a requirement for Baling of up to 300 acres of hay from Government owned land. NADC has Grass and Alfalfa plots on-site of approximately 80 acres from which the contractor will bale grass and alfalfa. Weather or other circumstances may result in less forage available to supply the noted 250 ton of haylage. Vendor to cut, condition, rake and bale forage from National Animal Disease Center (NADC) fields. Vendor will be required to supervise all areas of the operation in which they are responsible. First Cutting to begin no earlier than May 1, 2020 and finish no later than October 15, 2020. NADC ARU staff will coordinate specific dates with vendor to assure correct timing of harvest taking into account forage maturity and current weather conditions Place of Performance 1920 Dayton Ave, Ames IA 50010 ����������� Specific Requirements/Tasks NADC has the following plots on-site which may be baled by the contractor as requested by the NADC: *Mixed Grass - Approximately 65 acres *Alfalfa - Approximately 15 acres NADC has hay plots on-site up to 80 acres 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 shall maintain a record of the number and type of bales from each field and turn in to Farm Manager after completion of each cutting. 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 bale small squares and stack in location designated by Farm Manager. Hay racks will be supplied by NADC. 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 May 15th 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 greater than 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 should 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 cutting - 65 acres (mixed grass) (all Round I Large Square) 2nd cutting - 65 acres (mixed grass) (all Round/Large Square) and 8 acres Alfalfa (all Small Square) �� 3rd cutting - 65 acres (mixed grass) (all Round/Large Square) and 8 acres Alfalfa (all� Small� Square)� � 4th cutting - 65 acres (mixed� grass) (all� Round/Large �Square) and 8 acres Alfalfa (all Small Square) Small Square bales of hay shall be satisfactorily baled with rot-proof twine. Bales that are ragged, shorter than 36"" or longer than 48"", and bales having twine of unequal tension, which makes it difficult to handle and stack, 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 1400 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.Vendor shall be responsible for supervising all operations under their responsibility. This would include the maintenance and safety of all vendor owned equipment, supplies and personnelThe Contractor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA ARS Ames, IA and will be identified in the contract. The Government anticipates award of the Firm Fixed Price Contract. 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) numbers is required in order to register. Vendor must also include their DUNS # on their quote.Invoices are to be submitted and payments will be made through the IPP system.Vendors must be register 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.���Only electronic submissions will be accepted. Please email all quotes in writing on the sf-18 to Randall.m.reinertson@usda.gov by no later than MAY 9, 2020 at 5:00pm Central Standard Time Questions in regards to this combined synopsis must be submitted through email and are due no later than 12:00pm CST on MAY 5 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/3508dac342e54279b0582bda00a455cf/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN05639068-F 20200501/200429230145 (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.