Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOLICITATION NOTICE

89 -- Dry, Whole Corn for USDA Feral Hog Program in Missouri

Notice Date
3/31/2020 3:06:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111150 — Corn Farming
 
Contracting Office
USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
12639520Q0094
 
Response Due
4/7/2020 1:00:00 PM
 
Archive Date
04/22/2020
 
Point of Contact
Michael Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@usda.gov
(michael.j.chiodi@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; quotations are being requested and a separate written request for quotation will not be issued. �This combined synopsis/solicitation will result in firm-fixed pricing for one or more 5-year Blanket Purchase Agreements (BPA). The anticipated total BPA call orders are not-to-exceed $250,000.00 over 5-years. The reference number is __12639520Q0094__ and the solicitation is issued as a request for quote (RFQ). �The SF-1449 Form and the detailed terms and conditions are presented in Attachment 1 to this combined synopsis/solicitation. 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) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.acquisition.gov/far �and http://www.usda.gov/procurement/policy/agar.html. It is anticipated that one or more 5-year BPAs will be awarded.� This is a restricted solicitation set aside 100% for small businesses.� The associated NAICS code for this effort is __111150__ and small business size standard is _$1.0 million in annual sales _ or less.� A Wholesale Trade or Retail Trade business concern submitting an offer or a quote on a supply acquisition is categorized as a nonmanufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13 CFR 121.406.A Wholesale Trade or Retail Trade business concern submitting an offer or a quote on a supply acquisition is categorized as a nonmanufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13 CFR 121.406. This requirement consists of bagged whole corn delivered per the specifications in Attachment 2 as needed for up to 5 years. The Note to Offeror is provided in Attachment 2 to this combined synopsis/solicitation. �The vendor shall return a Price Quotation with offered prices along with other requested information to the contracting specialist listed below in accordance with the Note to Offeror. The product specifications for this requirement are provided in Attachment 2 to this combined synopsis/solicitation.� Delivery and acceptance of deliverables will be FOB destination. The provision at 52.212-1, Instructions to Offerors � Commercial (Tailored), applies to this solicitation (see Attachment 1). The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation.� The following text is added to Paragraph (a) of FAR 52.212-2:� The Government will award one or more Blanket Purchase Agreement(s) resulting from this solicitation to the responsible offeror(s) 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: �(i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price.� Technical capability and past performance, when combined, are equally important when compared to price.� The quote, at a minimum, must meet or exceed the acceptability standards for non-cost factors: technical capability based on the SOW, and past performance.� Technical acceptability will be determined based on the corn being dry and free from mold. Final acceptance of the product will be made after delivery for each order to confirm that the offered corn meets the specifications.� The location of corn for pick-up without delivery is also an important evaluation factor.� The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall complete the provision for NAICS code 111150,�424510, or 452319 at http://www.sam.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.� Additional FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The checked FAR clauses are identified in Attachment 1. To be awarded this contract, the offeror must be registered with current information in the Federal Contractor Registration database found at http://www.sam.gov.� The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. No applicable Numbered Notes. Quotations are due BY EMAIL to Michael.J.Chiodi@usda.gov no later than 3:00 pm Central Time on Wednesday, _�April 7, 2020_. �Only emailed quotes are acceptable. The assigned Contract Specialist is Michael Chiodi.� Mr. Chiodi may be reached by email at Michael.J.Chiodi@usda.gov or by telephone at (612) 336-3203. ----------Amendment 1 Information Below---------- This combined synopsis/solicitation is amended to change the resulting BPA's not-to-exceed total order limit from $250,000.00 to $500,000.00, the maximum BPA order limit from $50,000.00 to $100,000.00, and the solicitation response date from March 5th to March 11th. The Statement of Work is also updated to clarify the corn specifications, increase the number of�delivery locations to 14, and add an additional line item�to pick up corn at the supplier location.� The�SF1449 Price Schedule line items are increased from 4 to 15 to reflect the changes. A solicitation question and answer summary is also attached, along with the updated Attachments 1�and 2. ----------Amendment 2�Information Below---------- The Statement of Work (SOW) in Attachment 2 is updated to clarify the off-loading requirement at each delivery location.� The USDA will provide a forklift/loader at each facility.� �The updated SOW also removes one delivery location for a new total of 13 locations.� The new 1449 price schedule is include in the 2nd update of Attachment 1. The 2nd updates for both Attachment 1 and 2 are attached and should be used for any�quotations. ----------Amendment 3�Information Below---------- The NAICS codes to determine small business size for Wholesale Trade or Retail Trade business concerns is clarfied in #4 of the description above.� The�small business size for Wholesale Trade or Retail Trade business concerns is� 500 employess or less. The provision at 52.212-2, Evaluation - Commercial Items, is changed to a best value evaluation as updated in #9 of the description above. The BPA's not-to-exceed total order limit is�$250,000.00, the maximum BPA order limit is�$100,000.00, and the solicitation response date is extended to April 7, 2020. The 3rd updates for both Attachment 1 and 2 are attached and should be used for any�quotations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b1c201d54626445886ebf4824d9f8bd7/view)
 
Place of Performance
Address: MO, USA
Country: USA
 
Record
SN05606268-F 20200402/200331230153 (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 |
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.