SOLICITATION NOTICE
87 -- ARS has a need to purchase alfalfa hay. Location # 1: 402 tons alfalfa hay delivered to the Dubois Feedlot, headquarters facility. Location # 2: 164 tons alfalfa hay delivered to the Mud Lake Feedlot, located 2 miles west of Mud Lake, Idaho on Highway 33.
- Notice Date
- 7/30/2020 1:02:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 111940
— Hay Farming
- Contracting Office
- USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
- ZIP Code
- 94710
- Solicitation Number
- 12905B20Q1010625
- Response Due
- 8/13/2020 3:00:00 PM
- Archive Date
- 08/14/2020
- Point of Contact
- Mr. Lam Pham
- E-Mail Address
-
lam.pham@usda.gov
(lam.pham@usda.gov)
- Description
- 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. The solicitation number is 12905B20Q1010625 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 111940. Requirement: USDA, ARS, PWA, 19 Office Loop Dubois, ID 83423 has a requirement to purchase alfalfa hay to be delivered at two locations. �------------------------------------------------------------------------------------------------------------------ Location # 1: 402 tons alfalfa hay delivered to the Dubois Feedlot, headquarters facility, 6 mile north of Dubois, Idaho. $______________ per ton $___________ total. ----------------------------------------------------------------------------------------------------------------------- Location # 2: 164 tons alfalfa hay delivered to the Mud Lake Feedlot, located 2 miles west of Mud Lake, Idaho on Highway 33. $______________ per ton $___________ total. ------------------------------------------------------------------------------------------------------------------------ Quantity variance shall be no greater than 10% of tonnage at each location. Below are specifications for delivery of the Alfalfa Hay at both locations: Bale Size: Square Bale, 4ft x 4ft x 8ft, tied with twine (commonly referred to as a 1-ton bale) Quantity variance shall be no greater than 10% of tonnage at each location. QUALITY Relative Feed Value (RFV; based on wet chemistry analyses) of 130 or greater 100% Alfalfa hay that was harvested in the 2020 Growing season, less than 5% grass and free from prickly lettuce, mold, excessive weeds and other foreign matter (e.g., wire, bulk twine, sand, metal, garbage, etc.). Producers RFV analyses will be accepted from certified labs Prior to bid acceptance, the proposed hay will be inspected by USDA/ARS personnel.� The average of the stacks inspected will be used to determine if hay meets the specifications. DELIVERY Hay is to be delivered, unloaded and stacked four bales high on designated storage pads at each location. Contractor is required to furnish necessary equipment to complete this requirement.� A weigh slip from a certified scale must accompany each delivery. Delivery can begin upon notification of bid acceptance (no later than Sept. 8, 2020) and must be completed by October 9, 2020.� Deliveries will be accepted 7:30 a.m. to 4:30 p.m. on Monday through Friday and should be coordinated with the USDA/ARS 24 to 72 hours in advance.� NO DELIVERIES AFTER 4:30 PM. To preserve the quality of the hay, a tarpaulin must cover all deliveries that occur during rain or snow.� � Deliveries are subject to inspection by USDA/ARS personnel, and hay not meeting the specifications will be refused; it will be the responsibility of the producer to remove refused hay. --------------------------------------------------------------------------------------------------------- The solicitation document, with the attached clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) and will be incorporated in the awarded firm-fixed price purchase order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Address ALL questions in WRITING to the issuing office via email to lam.pham@usda.gov.� No telephone inquiries will be accepted. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications. Quote Submission Instructions: 1. Read the solicitation in its entirety (including the Specifications documents). 2. The quote should include any other documentation deemed necessary such as references. 3. Quotes must be submitted via email by 03:00 PM Pacific Time, Thursday, August 13, 2020, via email to lam.pham@usda.gov � 4. This is a Best Value Acquisition. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal offers the ""best value"" to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage. In the event two or more offerors within the competitive range are considered essentially equal in terms of technical competence, the Government reserves the right to award to the offeror with the lowest realistic price. FAR 15.101-2 5. The Government may elect to conduct discussions with offerors whose quotes are technically acceptable (or which may be expected to be made acceptable by moderate modification) and fall within the competitive price range. The Government reserves the right, however, to award a contract based on initial offers without conducting discussions. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1. 6. USDA-ARS is Tax Exempt. Tax Exemption Certificate: 720564834F. 7. GSA discounts: The USDA is requesting that schedule contractors extend additional discounts to the USDA when making responses to this solicitation. GSA contract schedule holders are able to offer one-time discounts from established Schedule contracts. Schedule contractors can give one buying member a discount without passing the discount on to the entire federal government. This provision allows the contractor to offer and the government to avail itself of spot pricing in the commercial market. 8. Contractor must be registered at SAM.gov (System for Award Management) at https://www.sam.gov/portal/public/SAM/ prior to quote submission. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. All quotes must be FOB Destination. Please respond with a firm fixed price quote to the email address below. Offerors are encouraged to provide discounts in their pricing. The Government will evaluate prices offered for reasonableness in accordance with FAR 13.106-3(a) - Basis for Award. The clause 52.214-4, Contract Terms and Conditions--Commercial Items and 52.214-5, Contract Terms and Conditions required to implement Statues or Executive Orders--Commercial Items, apply to this acquisition. Commercial Items Clauses are attached. SUBMIT QUOTE TO: lam.pham@usda.gov�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f491a20981614d07a7d1e7ef82951b3a/view)
- Place of Performance
- Address: Dubois, ID 83423, USA
- Zip Code: 83423
- Country: USA
- Zip Code: 83423
- Record
- SN05740801-F 20200801/200730230156 (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 |