SOLICITATION NOTICE
87 -- Animal Feed - Cow Lactation and Dry Cattle Premix
- Notice Date
- 2/7/2024 12:45:19 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311119
— Other Animal Food Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B24Q0069
- Response Due
- 2/23/2024 12:00:00 PM
- Archive Date
- 03/09/2024
- Point of Contact
- Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648
- E-Mail Address
-
josh.dobereiner@usda.gov
(josh.dobereiner@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 a written solicitation will not be issued.� Solicitation number 12505B24Q0069 is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 dated January 22, 2024.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 311119 (Other Animal Food Processing), with a small business size standard of 650 employees. This acquisition is for the following item as identified in the Line Item Number(s): 0001)� Cow Lactation Premix - Bulk 0002)� Dry Cattle Premix � Bulk For line item 0001, the minimum quantity is 5 tons; maximum quantity is 150 tons; and estimated quantity is 100 tons. For line item 0002, the minimum quantity is 0 tons; maximum quantity is 40 tons; and estimated quantity is 20 tons. Specifications: �See attached Specifications document. 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.� The Government anticipates award of a single-award Indefinite Delivery Indefinite Quantity contract with firm fixed price delivery orders. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1.� Submission of quote shall include the following:� (1) Technical Specifications (confirm product quoted complies with specifications) and (2) Price (to include shipping) (use attached �Pricing� spreadsheet). All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is lowest price technically acceptable (LPTA).� ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:� (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced quote 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 quote will be evaluated for technical acceptability.� This will continue until the lowest price quote is determined technically acceptable.� Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by the technical representative and accepted at destination.� The Government anticipates deliveries may begin as early as March 1, 2024. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.� 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.� All invoices shall be submitted electronically. Quotes must be received no later than 2:00 PM Central Standard Time (CST) on February 23, 2024.� Questions regarding this combined synopsis/solicitation are due no later than 4:00 PM CST on February 14, 2024.� 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://sam.gov/opp/bb5cd578b40b472b95088fb532e83e17/view)
- Place of Performance
- Address: Ames, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN06958645-F 20240209/240207230051 (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 |