Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

87 -- Protein Premix

Notice Date
2/22/2021 7:42:40 AM
 
Notice Type
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
12505B21Q0036
 
Response Due
3/1/2021 3:00:00 PM
 
Archive Date
03/16/2021
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@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 12505B21Q0036 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 311119, Other Animal Food Manufacturing, with a small business size standard of 500 employees and the PSC code is 8710. The Department of Agriculture (ARS) has the need for the following products and service: 001) Custom Blend Formulation Protein Premix for Lactating Cows (48-tons) Scope of Work: The USDA-ARS at the Marshfield Ag Research Station is requesting quotes for 48 tons of protein premix for lactating cows at the UW/USDA-ARS research farm at Stratford, WI. Feed will be delivered via an elevator or auger truck in three 16-ton loads at approximately 24-day intervals beginning March 22, 2021. Background: Protein premix is a custom blend formulation and constitutes a portion of the diet for lactating cows. See Attachment for the required formulation. Technical Requirements/Tasks:� Contractor must blend the protein premix to comply with the formulation specified on the attachment. Feed will be delivered approximately every 24 days, although that will be scheduled with research farm staff (Will Cordes; 715-650-7429) in response to projected needs and feeding rate at the research farm. Deliveries must be made with an elevator or auger truck that can unload into a bin at a height of 25 feet. Deliveries should be made during regular workday business hours (7:00 am to 4:00 pm, Monday through Friday), unless scheduled in advance with farm staff. The United States Department of Agriculture (USDA) designates certain biobased products for federal procurement and specifies minimum biobased content levels for those products. Any designated product that is being offered or supplied under this contract shall meet USDA BioPreferred�s minimum biobased content level. Visit the�BioPreferred�web site for the complete list of designated products and the associated minimum biobased content level requirements. The Corn Gluten Feed Pellets and Blood Meal listed in the ingredients list are considered biobased products. Travel:� Delivery costs should be included in the quote. Contractor�s Key Personnel:� Key personnel for contractor are the mill staff blending the protein premix, as well as the delivery driver. Security Requirements:� None, other than deliveries must be coordinated with farm staff, and be scheduled during regular workday business hours. Government Furnished: Feed bin is furnished by the research station; access will be available to delivery driver during regular workday hours. Key Deliverables: Protein Premix (48-tons made in three 16-ton deliveries) Delivery Schedule:� First delivery of a 16-ton load of protein premix will be on or about March 22, 2021, but must be coordinated with farm staff. Subsequent loads will be schedule for delivery at about 24-day intervals, or approximately April 15, 2021 and May 10, 2021, but must be coordinated with farm staff. Schedules deliveries will be made to Marshfield Ag Research Station, 208356 Drake Ave, Stratford, WI 54484. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA ARS Stratford, WI and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this request for quote. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to submitting a quote. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF-18�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF-18 to�aaron.dimeo@usda.gov by no later than�Monday, March 1, 2021 at 5:00 PM�CST. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�3:00 PM CST on Wednesday, February 24, 2020. 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://beta.sam.gov/opp/02132ff1a88b4ebe895b37a20fd40d4d/view)
 
Place of Performance
Address: Stratford, WI 54484, USA
Zip Code: 54484
Country: USA
 
Record
SN05923270-F 20210224/210222230110 (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  © 1994-2020, Loren Data Corp.