Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2022 SAM #7407
SOLICITATION NOTICE

87 -- Large Grass Hay Bales

Notice Date
3/10/2022 10:37:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B22Q0063
 
Response Due
3/23/2022 1:00:00 PM
 
Archive Date
04/07/2022
 
Point of Contact
Shawna Rogers-Bailey, Phone: 9706314803
 
E-Mail Address
shawna.rogersbailey@usda.gov
(shawna.rogersbailey@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 FAR 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 No. 12505B22Q0063 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The NAICS code applicable to this acquisition is 111940 (Hay Farming).� The size standard is $1 Million. This requirement set-aside 100% small business.� ��� Deliveries shall be made to: USDA, ARS, MWA, NADC, 1920 Dayton Avenue, Building 13, Ames, Iowa 50010. The Government anticipates award of one Indefinite Delivery Indefinite Quantity contract. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): CLIN 0001: Base Year � Furnish and Deliver of up to a maximum of 400 tons of Large Square Grass Hay and CLIN 1001: Option Year One � Furnish and Deliver of up to a maximum of 400 tons of Large Square Grass Hay. *FAR 52.216-2 Economic Price Adjustment � Standard Supplies � states that you can request a price adjustment to the unit price, the increase or decrease not to exceed 10% of the overall contract value.� The request for the price adjustment must be submitted to the Contracting Officer in writing and must be substantiated with documentation that supports the request. �An increase or decrease must correlate with established catalog or market prices for the large grass hay bales.� Please see FAR 52.216-2 for additional information. The Contractor shall provide all items F.O.B. destination to: USDA, ARS, MWA, NADC Attn:� Stephen Sterle 1920 Dayton Avenue, Building 13 Ames, Iowa 50010. Offerors responding to this announcement shall submit their Quote in accordance with FAR 52.212-1.� Submission of quote shall include the following: 1) Technical Specifications; 2) Price; and 3) Company DUNS number. The basis for award is Lowest Price Technically acceptable.� ""LPTA"" means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:� (1) Price (to include shipping); (2) Technical Acceptance and must also have satisfactory Past Performance.� The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.� This will continue until the lowest price proposal is determined technically acceptable.� Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination.� REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-7 System for Award Management; �52.204-18 Commercial and Government Entity Code Maintenance; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services and Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services; FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. 52.216-2 Economic Price Adjustment Standard Supplies; 52.217-7 Option for Increased Quantity � Separately Priced Line Item;� 52.217-9 Option to Extend the Term of the Contract; 52.216-18 Ordering; 52.216-19 Order Limitations; FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Small Business Set Aside; FAR 52.219-28 Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract labor Standards � Price Adjustment (Multiple Year and Option Year Contracts); FAR 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American � Supplies; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer � System for Award Management (31 U.S.C. 3332); FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� 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 to register.� All invoices shall be submitted electronically. Furnish quotes no later than 4:00 PM (CDT), March 23, 2022 to Shawna Rogers-Bailey, Contract Specialist at Shawna.Rogersbailey@usda.gov .� Quotes will only be accepted via email, no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a4ee0e6ec29b4bb6b355f5182d171c17/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06263916-F 20220312/220310230110 (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.