SOLICITATION NOTICE
87 -- Custom Animal Feed
- Notice Date
- 9/3/2024 6:15:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311119
— Other Animal Food Manufacturing
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12305B24Q0196
- Response Due
- 9/10/2024 11:00:00 AM
- Archive Date
- 09/25/2024
- Point of Contact
- Jennifer Peterson, Phone: 9034368959
- E-Mail Address
-
jennifer.l.peterson@usda.gov
(jennifer.l.peterson@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMEND 0002 - Add the following attachments Attachment 7 - QUESTIONS AND ANSWERS ___________________________________________________________ AMEND 0001 - Add the following attachments: Attachment 4 - Chicken Diets Formulations Attachment 5 - Diets� R DSM Combo Premix Attachment 6 0 USDA GP Diets Extended Closing Date to 10 September 2024 at 2:00 P.M. CST.� _____________________________________________________________ This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in subpart� 12.6, utilizing FAR part 13 procedures, 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. �(ii) The solicitation number is 12305B24Q0196 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). �(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-05, May 22, 2024. �(iv) This is a total 100% small business set-aside and the associated NAICS code is 311119 and the small business size standard is 650. (v) See Attachment 3 � CLIN Structure (vi)� USDA-ARS requires feed to be made for poultry being housed at the Beltsville Agricultural Research Center (BARC). Poultry species include chickens and turkeys ranging in age from newly hatched to adult birds. We require preparation of custom diets that match the formulations provided. Vendor must consult with and receive approval from the USDA-ARS POC prior to adding, substituting, or removing any ingredients from the provided formulation, including altering percentages/amounts of ingredients. If unavailable from the vendor, vitamin and trace mineral premixes may be provided by USDA-ARS. Diets may not include any antibiotic, pre-biotic, probiotic or antibiotic alternative ingredients, as this would interfere with research objectives. Diets will be prepared as mash, crumble/short pellet, or regular pellet depending on the age of the bird or the research project design. Diets may be required as bagged or in bulk. All diets will be delivered to BARC. See attached (Attachment 1 - Specification) �(vii) Place of delivery and acceptance: Building 182, 229 or 434, Powder Mill Road, Beltsville, MD 20705and is FOB destination. (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) Provision 52.212-2, Evaluation-Commercial Items is applies to this acquisition. Evaluation will be based on Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. (x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on sam.gov by the time quotes are due. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional clauses included as attachment: Attachment 2 Contract Terms and Conditions �(xiii) In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING: Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Specification.� Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, place of manufacture, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.� Submit Unique Entity ID (UEI) with quotation.� Quoted prices must include all applicable costs including FOB shipping costs. Place of Manufacture REJECTION OF QUOTATION: Failure to demonstrate compliance or to submit all items requested in solicitation will be cause to reject the quote without further discussions. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. �(xv) Quotes are due on 9/5/2024 at 12:00 PM EST by email to Jennifer Peterson at Jennifer.L.Peterson@usda.gov. �(xvi) Jennifer Peterson may be reached at Jennifer.L.Peterson@usda.gov for specific questions regarding this combined solicitation. Questions by interested parties regarding the requirement must be submitted by 8/29/2024 by 2:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb91356dd04d441495d6aa1e1c8a55c9/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN07196241-F 20240905/240903230121 (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 |