SOLICITATION NOTICE
F -- MEXICO CORN WINTER NURSERY
- Notice Date
- 8/7/2020 10:11:34 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 111150
— Corn Farming
- Contracting Office
- USDA ARS MWA AMES LSS AMES IA 50010 USA
- ZIP Code
- 50010
- Solicitation Number
- 12612120Q0013
- Response Due
- 8/14/2020 3:00:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- RANDALL REINERTSON
- E-Mail Address
-
randall.m.reinertson@usda.gov
(randall.m.reinertson@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 written solicitation will not be issued. Solicitation number 12612120Q0013 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. This solicitation will be 100% Total Full and Open. The associated NAICS code is 111150, with a size standard $1MIL and the PSC code is F099 �������������� The USDA, ARS, Plant Introduction Research Facility has determined a requirement for a corn� winter nursery for increase seed production for growing between September 2020 and February 2021. The details for this planting, growing and harvesting requirement are attached to this posting. Offerors must include all associated costs and state on quotes any variances between their offered products and the provided specifications. Any��� resulting award from this solicitation will be a fixed price contract. ������������� �Subject to local weather, soil moisture conditions, minimal disease and low insect ������������� �pressure, an arid temperate location has been determined required. Mexico has been ������������� �determined to have a location best suited for the requirement for both the winter ������������� �nursery and isolation block planting required for this research. Both shall be grown ������������ �within a 6-month period beginning in September-November 2019 to be harvested and ������������ �returned in approximately February-April 2020. �������������� Contractor will provide for all field activities including land, land preparation, planting, �������������� monitoring, weed and pest control, pollination services, irrigation, fertilization, harvest �������������� and for drying and shelling if needed, weekly or biweekly progress reports depending �������������� on crop development, phytosanitary certificate, Ag inspections, fumigation to meet �������������� phytosanitary regulations for import/or shipping within or to the US and preparation for �������������� shipping. Contractor will provide information on containers and weight sufficient for �������������� USDA to independently procure shipping services ��������������� The USDA is responsible for providing phytosanitary certification and import permit �������������� for seed entering Mexico and for treating the seed according to requirements, and for �������������� all seed to be planted ��������������� Scientists, at their discretion, will be able to visit the nursery to monitor progress of �������������� work. Contractor will provide brief report of crop development progress in weekly or �������������� every two-intervals prior to flowering, and photos as the crop develops. Shoot bagging ���������������and pollinations will be done according to USDA breeder�s instructions. Handharvesting �������������� will be done by plot when grains have dried sufficiently, and the ears will be �������������� allowed to dry to approximately 12%-15% moisture. Dried ears and/or seeds will be �������������� prepared for shipping according to USDA breeder�s instructions. �������������� The USDA is responsible for providing phytosanitary certification and import permit ��������������� for seed entering Mexico, all seed to be planted and for treating the seed according to ���������������� requirements. ���������������� A late September-early October planting of seed increase nursery of tropical maize ��������������� populations shall include approximately 2000 rows of tropical maize populations ��������������� (80-120 distinct populations) to be planted in 5.5 m (18 foot) long rows at seeding ��������������� rates determined for each population by the maize curators based on viability. ��������������� Each population is to be sib-mated, where a tassel is used to pollinate an ear shoot �������������� of a different plant. Each tassel should be used once, and reciprocal crosses should �������������� be avoided. A blank (non-planted) row will be planted between each family to �������������� ensure that pollinations are not made between populations. Plants are expected to �������������� be thinned to approximately 25 plants per row with 9-12 inches (22-30 cm) between �������������� plants. Initial and final (after thinning) stand counts (population per row) and �������������� flowering dates are to be noted. Plant and ear height data is desirable, expressed as �������������� a range of values for each population. Harvested ears will be dried, and seed �������������� returned on the ear. ������ ��������A mid-October � early November planting will consist of 1250 nursery rows comprised of: �������������� - 500 paired rows for cross-pollination, 3.0 m long rows planted with 13 kernels per row �������������� - 500 self-pollinated rows, 5.5 m long rows planted with 26 kernels per row �������������� - 250 self-pollinated rows, 2.5 m long rows planted with 8 kernels per row (November) ���������������� Ears and seed will be prepared for shipping according to USDA breeder�s ���������������� instructions. 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 P099. 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. The 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 August 14, 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 August 11 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/fc4a66b7622b4cda89498067909c4e4d/view)
- Place of Performance
- Address: MEX
- Country: MEX
- Country: MEX
- Record
- SN05749176-F 20200809/200807230139 (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 |