SOLICITATION NOTICE
F -- FY22 Hay Baling
- Notice Date
- 6/6/2022 11:54:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115113
— Crop Harvesting, Primarily by Machine
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B22Q0118
- Response Due
- 6/16/2022 3:00:00 PM
- Archive Date
- 07/01/2022
- Point of Contact
- Shawna Rogers-Bailey, Phone: 9706314803
- E-Mail Address
-
shawna.rogersbailey@usda.gov
(shawna.rogersbailey@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12505B22Q0118 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The NAICS code applicable to this acquisition is 115113 (Crop Harvesting, Primarily by Machine). This requirement is 100% set aside for small business. For a company to qualify as a small business, the small business standard is $8 million. The USDA, ARS lab in Ames, Iowa The mission of the USDA-National Animal Disease Center Animal Resources unit in Ames, IA is to provide animal care and support services for internal users that rely in animal products for research, testing and training.� NADC has Grass and Alfalfa plots onsite of approximately 80 acres from which the contractor will bale grass and alfalfa.� Weather or other circumstances may impact resulting forage available for harvest. 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, average weight, 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 June 2nd and may proceed to the end 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 Round bales (with option of Large Square bales if needed) and/or Small Square bales (typically not to exceed 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 30 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 - 70 acres (mixed grass) (all Round / Large Square)�and 8 acres Alfalfa (all Small Square) ����������� ����������� 2nd cutting - 70 acres (mixed grass) (all Round/Large Square) and 8 acres Alfalfa (all Small Square) ����������� ����������� 3rd cutting - 70 acres (mixed grass) (all Round/Large Square)�and 8 acres Alfalfa (all Small Square) ����������� ����������� 4th cutting - 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 personnel. This will be awarded as a firm fixed price contract. Hay Baling Hay Baling 300 Acres� ____________________________� The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Ames, IA 50010 and will be identified in the contract.� Offerors responding to this announcement shall submit their Quote in accordance with FAR 52.212-1. (a)�� �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, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical with acceptable Past Performance. The basis for award is Lowest Price Technically Acceptable. �""LPTA"" means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. �Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Price and (2) Technical Specifications and must also have satisfactory Past Performance. �The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. �If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. �This will continue until the lowest price proposal is determined technically acceptable. �Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. �If found responsible, evaluations will be closed and award will be made. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach; 2) price; and 3) Company's SAM UEI Number. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A SAM UEI (Unique Entity Identified) number is required in order to register. All invoices shall be submitted electronically. Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Shawna Rogers-Bailey, Contract Specialist at Shawna.rogersbailey@usda.gov. Furnish quotes no later than 5:00 PM (Central), June 16, 2022 to Shawna Rogers-Bailey, Contract Specialist at Shawna.rogersbailey@usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f3992f3eb439440cbe65f24e28788a51/view)
- Place of Performance
- Address: Ames, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN06348328-F 20220608/220606230100 (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 |