Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2008 FBO #2451
SOLICITATION NOTICE

87 -- corn silage

Notice Date
8/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111150 — Corn Farming
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, Iowa, 50010
 
ZIP Code
50010
 
Solicitation Number
ag6125s08aa08
 
Archive Date
9/6/2008
 
Point of Contact
Sarah Schauf, Phone: 5156637246
 
E-Mail Address
sarah.schauf@ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Agriculture, National Animal Disease Center has a requirement for 450 tons of corn silage as per scope of work. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is 100% set aside for small business. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.arnet.gov/far/. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price, and other factors considered. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Price and past performance. Past performance is a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm’s record of conforming to specifications and to standards of good workmanship/customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. The provision 52.212-3 Offeror Representations and Certifications? Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certification or return a completed copy of the Offeror Representations and Certifications with their quotation. The online Reps and Certs application representations and certifications application (ORCA) can be found at http://bnp.gov or a hard copy of the provision may be attained from http://arnet.gov/far. The clause 52.212-4 contract terms and conditions required to implement statures or executive orders commercial items, applied to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.211-6 Brand name or Equal; 52.203-6 Restrictions on subcontractor sales to the Government; 52.219-6 Notice of total small business set aside; 52.219-8 Utilization of small business concerns: 52-219-14 limitations on subcontracting; 52.222-3 convict labor; 52.222-19 child labor? Cooperation with authorities and remedies; 52.222-26 equal opportunity; 52.222-21 prohibition of segregated facilities; 52.222-22 previous contracts and compliance reports; 52.222-35 equal opportunity for special disabled veterans of the Vietnam Era, and other eligible veterans; 52.222-25 affirmative action compliance; 52.222-36 affirmative action for workers with disabilities; 52.222-35 employment reports on special disable veterans, veterans of the Vietnam era, and other Eligible veterans; 52.225-1 Buy American Act; 52.225-2 Buy American certificate; 52.225-13, restrictions on certain foreign purchases; 52.232-33 payment by electronic fund transfer central contractor registration (CCR). To be awarded this contract, the offer or must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Scope of Work: Vendor shall supply all corn field(s), fuel, equipment, silage bags and labor. Vendor shall have sufficient corn available to supply enough silage (approximately 450 tons) to fill three (3) 9' diameter x 200' long silage storage bags. Machinery must be of acceptable size and design, in the opinion of NADC staff, to accomplish operations in a short time interval. The NADC requires that a self-unloading wagon, be used to fill the bagging machine. (No direct dumping of silage from trucks into the bagger) Silage harvest to begin in late August to early September or as soon as corn maturity, for silage specifications is reached. Work shall be complete within 90 of award of contract. Vendor to provide uninterrupted silage operations (based on 8 hour work day) after starting and completed within three (4) days, weather permitting. A minimum of 1 out of every four (4) loads will be weighed at an approved and licensed scale. An average weight will be determined and multiplied by the number of loads. If trucks or wagons, used to haul the silage, vary in size, the “fourth” load of each different vehicle will be weighed. All original weigh tickets and number of loads will be left with the Government Representative, at the conclusion of each day. The silage chopper to have a minimum of a 3-row head or equivalent cutting capacity and be equipped with a kernel processor in case NADC requests that process. The vendor shall provide and apply a silage inoculate (“PIONEER”BRAND 11A44), at the chopper. Finished product shall have a minimum of 45% grain, between 34% - 38% moisture, and a finished product size of five-eight inch cut size. SPECIAL NOTE: BAGS WILL BE FILLED ON A LEVEL ROCK CHIP BASE. Location of corn silage will be 2300 Dayton Ave Ames IA 50010. Quotations are due to the United States Department of Agriculture, National Animal Disease Center 2300 Dayton Ave. Ames, IA 50010 by 10:00 AM CST Aug 22, 2008. Faxed quotes are acceptable. Contact is Sarah Schauf. Ms. Schauf may be reached at Sarah..Schauf @ars.usda.gov, (515)663-7246 or by fax at (515)663-7482. Complete quote will consist of the following: 1. Price. 2. Signature of the offeror on the page that lists the price
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e4eba96381496331cb3607c0360bcbb8&tab=core&_cview=1)
 
Place of Performance
Address: 2300 dayton ave, ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN01636170-W 20080812/080810213128-e4eba96381496331cb3607c0360bcbb8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.