Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2021 SAM #7031
SOLICITATION NOTICE

87 -- New 5 Yr BPA to provide timothy hay in accordance with specifications

Notice Date
2/26/2021 9:24:48 AM
 
Notice Type
Presolicitation
 
NAICS
311119 — Other Animal Food Manufacturing
 
Contracting Office
USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
PRESOL-21Q0103
 
Response Due
3/1/2021 3:00:00 PM
 
Archive Date
03/16/2021
 
Point of Contact
Carol Dingess, Phone: 9704947360
 
E-Mail Address
carol.dingess@usda.gov
(carol.dingess@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The �U.S. Department of Agriculture, Animal Plant Health Inspection Services, Veterinary Services Miami �Florida Port Center ��intends to award multiple Blanket Purchase Agreements (BPAs) for the supply of �Timothy Hay.� �The Period of Performance is for twelve months and four possible twelve month option periods.� Background The facility is capable of housing 104 equine at any given time.� Please note the facility is prone to fluctuations of its needs for hay and feed. The highest demand for hay and feed are from November through May.� The center�s lowest demand is from June through October.� The average number of horses occupying space is approximately 2,000 per year. Specifications Following are the specifications for the timothy hay.� Alternate products or materials are not acceptable. All hay provided under this contract shall be consistent in nature to the material originally provided for evaluation purposes during the proposal phase of the contract.� The solicitation (and resulting contract ) �will also �require delivery of a 10lb sample of timothy hay in accordance with Federal Acquisition Regulation 52.209-4�First Article Approval-Government Testing (at no additional cost to the government) Timothy Hay Hay should be 70% green, and must not smell like pesticides, rotten, or moldy.� The hay must not be dusty or wet and is free of foreign materials.� The nutritional content should be no less than 10-12% crude protein.� Hay is free of injurious material. Individual bales of Timothy Hay shall not exceed 65 lbs. per bale. Note: Compressed bales are not acceptable. Definitions 1.� Foreign material:� Will be any, but not limited to:� a) weeds; b) coarse or woody plants;�� c) cornstalks or corn stubble; d) certain grasses, if mature, such as wild-rye, annual brome grass, pigeon grass (foxtail); e) sedges/rushes that are coarse and woody; and� d) other objectionable matter which occurs in Hay. 2. Injurious material:� Includes, but is not limited to, hardware, such as wire, nails and other materials considered harmful to livestock including live or dead animals. 3. Color:� Percentage of green color means the amount of green color in field cured hay computed as a percentage, based on the amount of green color remaining after allowing for maturity, sun bleach, dew, rain, or other damage.� The North American Industry Classification System (NAICS) Code is� ����� 311119�� Other Animal Food Manufacturing).�� This solicitation and award will be a 100% ��Small Business set aside In accordance with Federal Acquisition Regulation (FAR) 52.219-6 and AGAR� )452.219-70�� Size Standard of 500 Employees Location of Services USDA APHIS, VS Miami Port Center 6300 NW 36th Street Miami, Florida 33122 ***PLEASE CHECK� location address and be sure transportation cost is feasible.� There will be no reimbursement for transportation or communication costs for this location. The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or supplies to two or more sources under this solicitation. FAIR OPPORTUNITY�� In Accordance with �FAR 16.505 Ordering.� (b) (1) (i) & (ii) (b) Orders under multiple-award contracts� �(1) Fair opportunity. (i) The contracting officer must provide each awardee a fair opportunity to be considered for each order exceeding $3,500 issued under multiple delivery-order contracts or multiple task-order contracts. (ii) The contracting officer may exercise broad discretion in developing appropriate order placement procedures. The contracting officer should keep submission requirements to a minimum. Contracting officers may use streamlined procedures, including oral presentations. If the order does not exceed the simplified acquisition threshold, the contracting officer need not contact each of the multiple awardees under the contract before selecting an order awardee if the contracting officer has information available to ensure that each awardee is provided a fair opportunity to be considered for each order. The competition requirements in Part 6 and the policies in subpart 15.3 do not apply to the ordering process. However, the contracting officer must� Develop placement procedures that will provide each awardee a fair opportunity to be considered for each order and that reflect the requirement and other aspects of the contracting environment; Not use any method (such as allocation or designation of any preferred awardee) that would not result in fair consideration being given to all awardees prior to placing each order; Tailor the procedures to each acquisition; Include the procedures in the solicitation and the contract; and (E) Consider price or cost under each order as one of the factors in the selection decision. �������������� The Government intends to provide the full package for solicitation number 12639521Q0103 and all amendments via this web site. ��Questions must be submitted in writing via email �only prior to this notice end date.� No telephone inquiries will be honored. The Federal Government is not responsible for notifications to interested parties regarding the issuance of �the solicitation nor any of its amendments.� It is the responsibility of interested parties to check this website periodically for updates.��� Telephone and email requests will not be accepted Anyone interested in doing business with the USDA must first obtain a Dunn and Bradstreet number.� If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform Anyone� interested in doing business� with the USDA must also first �be listed in the government�s System for Award Management� known as SAM.� You may register on line with https://beta.sam.gov.���� A prospective awardee shall be registered in the� SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation.�� Interested persons �may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov� or by calling� 1-866-606-8220 ***REGISTRATION IS FREE***
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08d1f7c74195499881248a606757ecfd/view)
 
Place of Performance
Address: Miami, FL 33122, USA
Zip Code: 33122
Country: USA
 
Record
SN05928532-F 20210228/210226230115 (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.