SOLICITATION NOTICE
87 -- Alfalfa Hay and Barley Straw
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424910
— Farm Supplies Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Pacific West Area, Area Office, 800 Buchanan Street, Albany, California, 94710-1105, United States
- ZIP Code
- 94710-1105
- Solicitation Number
- AG-95CV-S-11-0021
- Archive Date
- 9/15/2011
- Point of Contact
- Louise L. Snitz, Phone: 510-559-6022
- E-Mail Address
-
louise.snitz@ars.usda.gov
(louise.snitz@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This procurement is 100% set-aside for small business. The NAICs code is 424910. The small business size standard is 100 employees. (v) Line Item No. 001: Alfalfa Hay, 50 tons. Option Items: 350 additional tons, awarded in 50 ton increments. Deliver to U.S. Sheep Experiment Station, Mud Lake Facility, 1 mile west of Mud Lake, ID, on Highway 33. Line Item No. 002: Alfalfa Hay, 75 tons. Option Items: 100 additional tons, awarded in 50 ton increments. Deliver to U.S. Sheep Experiment Station, Headquarters Facility, Dubois, ID. From Dubois: Travel 6 miles north on Interstate 15; take Exit 172, proceed 2 miles east. Line Item 003: Barley Straw, 100 tons. Option Items: 100 additional tons, awarded in 50 ton increments. Deliver to U.S. Sheep Experiment Station, Mud Lake Facility, 1 mile west of Mud Lake, ID, on Highway 33. Line Item No. 004: Barley Straw, 100 tons. Option Items: 150 additional tons, awarded in 50 ton increments. Deliver to U.S. Sheep Experiment Station, Headquarters Facility, Dubois, ID. From Dubois: Travel 6 miles north on Interstate 15; take Exit 172, proceed 2 miles east (vi) Product Description: Alfalfa hay and barley straw, Size: 4 ft x 4 ft x 8 ft bales tied with twine, commonly referred to as a ton bale. Quality for Alfalfa Hay: Relative Feed Value at least 130; RFV is based on wet chemstry analysis. Moisture: no less than 7%, no more than 12%. Both Alfalfa Hay and Barley Straw shall be free of mold, excessive weeds and other foreigh matter, such as wire, bulk twine, sand, metal, tires, garbage, etc. (vii) Delivery Instructions: Alfalfa hay and barley straw shall be delivered, unloaded, and stacked four bales high on designed hay or straw pads at the locations described above. Provide a weigh slip from a certified scale with each delivery. Deliveries may begin upon award of purchase order and shall be complete by 21 Oct 2011. Delivieries are allowed from 8:00 am - 2:30 pm, Monday through Friday, excluding 10 Oct (Columbus Day). NO DELIVERIES AFTER 2:30 pm. Provide 24 to 72 hours notice by contacting Mark Williams, 208-374-5305, or cellphone 208-351-3577, in advance of any delivery. In order to preserve the quality of the hay, a tarpaulin must cover all deliveries that occur during rain or snow. Deliveries are subject to inspection by USDA, ARS personnel and hay or straw no meeting the aforementioned specifications will be refused. It is the responsibilitiy of the vendor to remove the rejected hay or straw. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) The provision at 52.212-2, Evaluation-Commercial Items, is applicable. Evaluation for award will be based on acceptability of the straw and the hay as described in the Product Description. Upon determination of lowest quote, USDA, ARS personnel will inspect and sample of the hay and the straw, at the vendor's location. Acceptance will be based on the average quality of the inspected stacks. The Government may award one purchase order for each type of feed or one purchase order for both types of feed, depending on prices offered for an acceptable product. (x) You are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. There are no addenda. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, 52,209-10, 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-3, 52.225-13, and 52.232-33 (xiii) The following additional clauses are applicable: 52.211-16 Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: _0%__ Percent increase _5%__ Percent decrease This increase or decrease shall apply to the total item quantity for each destination. (End of clause) 52.211-17 Delivery of Excess Quantities (Sep 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefore, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor's expense or retained and paid for by the Government at the contract unit price. (End of clause) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quotes are due 31 August 2011, noon Pacific time to: USDA, ARS, PWA; ATTN: Louise Snitz; 800 Buchanan Street, Albany, CA 94710-1105. You may e-mail quotes to louise.snitz@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PWAO/AG-95CV-S-11-0021/listing.html)
- Place of Performance
- Address: USDA, Agricultural Research Service, U.S. Sheep Experiment Station, 19 Office Loop, Dubois, Idaho, 83423-5032, United States
- Zip Code: 83423-5032
- Zip Code: 83423-5032
- Record
- SN02537678-W 20110819/110817235131-61dc365bbe85c3e6bd1b87fc673e3d8b (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 |