Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2020 SAM #6828
SOLICITATION NOTICE

B -- Plant and Soil Analyses Service Contract

Notice Date
8/7/2020 2:12:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USDA ARS MWA MADISON LSS MADISON WI 53706 USA
 
ZIP Code
53706
 
Solicitation Number
12561520Q0056
 
Response Due
8/17/2020 3:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@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 12561520Q0056 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated NAICS code is 541380 - Testing Laboratories, with a Size Standard of $16.5 Million and the PSC is B529. The Department of Agriculture (ARS) has the need for the following products: 001) Plant and Soil Service Contract Scope of Work: � The USDA-Dairy Forage Research Center at Madison, WI is seeking a service contract for plant and soil analyses to be carried out on samples collected from research trials. Background: Research programs at the US Dairy Forage Research Center are interdisciplinary, and include the development of cropping systems that enhance forage production while protecting cropland and water resources. Results from these analyses will be published in peer reviewed journals and be used to formulate management recommendations for farmers planning to interseed alfalfa in silage corn for use as a dual purpose cover and forage crop. Technical Requirements:� General Vendor must be a well-established and reputable forage and soil analysis laboratory. Analyses will be carried out in the following manner. Tissue dry matter, total nitrogen and total mineral (P,K,Ca,Mg,S,Zn,Mn,B,Fe,Cu) analyses must be carried out by the Kjeldahl procedure and by nitric acid/peroxide digestion followed by ICP-OES or by alternative well-established methods demonstrated to give comparable results. Soil nitrate and ammonium will be extracted by KCI solution and analyzed by Lachat-FIA or by alternative well-established methods demonstrated to give comparable results. Routine soil analysis of pH, P, K and organic matter should be carried out by 1:1 water/pH probe. Bray 1/spectrophotometer, LOI/muffle furnace methods.� Other minerals should be determined as follows: calcium and magnesium by ammonium acetate extraction and ICP-OES analysis, boron by hot water extraction and spectrophometric analysis, manganese by phosphoric acid extraction and AA analysis, zinc by hydrochloric acid extraction and AA analysis, and sulfate by calcium phosphate extraction and spectrophotometric analysis. Contractor�s Key Personnel: Personnel must have experience carrying out analyses as described in the specifications. Key Deliverables Plant analyses of 360 dry matter tissue samples for total nitrogen and total minerals (P,K,Ca,Mg,S,Zn,Mn,B,Fe,Cu). Soil analyses of 180 samples for nitrate and ammonium (extraction and analysis). Routine soil analyses of 8 samples for pH, P, K and organic matter (calcium, magnesium, boron, manganese, zinc, and sulfate). Data Delivery (due no later than January 31, 2021) Note: Award will NOT be made based on price alone. The vendor must be certified by the National Forage Testing Association (NFTA) with a wet chemistry grade or ""A"" or ""B"" in 2020 and be a soil testing laboratory certified in 2020 by the Wisconsin Department of Agriculture, Trade, and Consumer Protection (DATCP) or by another state agricultural department in the USA. Please include these two certifications with the submission of your quote. Both certifications are required for any quote submitted to be put in consideration for award. The Government anticipates award of a Firm Fixed Price contract. Delivery:� Samples will be sent to vendor starting in September 2020. Following receipt of samples, analyses will be carried out according to specifications.� Data will be emailed to Dr. John Grabber (john.grabber@usda.gov) before the final due date. The final delivery of data is due by no later than January 31, 2021. 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. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. 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�Monday, August 17, 2020 at 5:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�12:00 PM CST on Thursday, August 13, 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/f80d53e46b354a13b8fbdf7eba548ab1/view)
 
Place of Performance
Address: Madison, WI 53706, USA
Zip Code: 53706
Country: USA
 
Record
SN05749124-F 20200809/200807230138 (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.