Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

66 -- CORN SILAGE

Notice Date
8/4/2020 3:39:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115113 — Crop Harvesting, Primarily by Machine
 
Contracting Office
USDA APHIS AMES IA 50010 USA
 
ZIP Code
50010
 
Solicitation Number
2020-SS81
 
Response Due
8/15/2020 7:00:00 AM
 
Archive Date
08/30/2020
 
Point of Contact
sarah schauf, Phone: 5159863527
 
E-Mail Address
sarah.c.schauf@usda.gov
(sarah.c.schauf@usda.gov)
 
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. 2. This solicitation, 2020-SS81, is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. 3. This is a combined synopsis/solicitation for corn silage. The government intends to award a firm-fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This procurement is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 115113�with a small business size standard of 7 mil 4. Supplies Required APHIS Ames intends to make a one-time purchase for corn silage 5. Product Specifications General 1.1 Background The mission of the United States Department of Agriculture National Animal Disease Center (NADC) has a requirement for chop approximately 61 acres of corn silage on Government owned land.�� 1.2 Objective NADC has corn plots on-site of approximately 61 acres from which the contractor will chop to supply approximately 900 ton of corn silage. The corn silage is an integral part of the NADC feeding program for our Dairy herd.� NOTE: Weather or other circumstances may result in less corn available to supply the noted 900 ton of silage.� In addition, NADC may request a specific cutting height on corn be maintained with regards to all or specific fields. 1.3 Scope of Work Vendor to supply the National Animal Disease Center (NADC) with sufficient corn silage to fill no more than five (5) 9' diameter x 200' long silage storage bags (should not exceed 900 ton of corn silage). Vendor will be required to supervise all areas of the operation in which they are responsible. [ 1.4 Period of Performance Silage harvest to begin approximately August 25 to mid-September depending on corn maturity and weather. Harvest must commence within 5 business days of request by USDA procurement officer.� 1.5 Place of Performance 1920 Dayton Ave, Ames IA 50010 2.0������ Specific Requirements/Tasks Vendor responsibilities to include: ����������� - supply the chopper, trucks, wagons, tractors to pull wagons, silage bagger, silage table to load bagger, tractor power to operate required equipment, silage bags, fuel and labor for all the vendor supplied equipment ����������� - chop corn from fields as designated by NADC Farm Manager.� The silage chopper to have a minimum of a 3-row head or equivalent cutting capacity and be equipped with a kernel processor in case NADC requests that process. ����������� The chopped corn size should be consistently at �� ����������� - delivery of silage from the fields to NADC area as designated by ARU Farm Manager and transfer loads to bagger ����������� - assure consistent particle size of � inch ����������� - monitor/maintain moisture content of silage between 60-70% ����������� - document accurate record of loads and tonnage hauled by each vehicle/wagon ����������� - document accurate record of tonnage harvested from each field ����������� - assure silage is adequately packed in bags to eliminate air pockets that could result in poor quality silage. ����������� - assure airtight seal on packed silage bags ����������� - provide and apply silage inoculant (�PIONEER�BRAND 11A44) at the chopper A minimum of 1 out of every four (4) loads will be weighed at an approved and licensed scale. An average weight will be determined and multiplied by the number of loads. If trucks or wagons, used to haul the silage, vary in size, the �fourth� load of each different vehicle will be weighed. All original weigh tickets and number of loads will be left with the Government Representative, at the conclusion of each day.� NOTE:� If vendor supplies weigh scale or trucks/wagons have weigh scales, then each truck/wagon will only need one load weighed.� If scales are certified accurate by a governmental agency and proof of certification is supplied to NADC then weights will be accepted without secondary verification. The vendor will be responsible for documenting accurate count of number of loads and tonnage hauled by each vehicle.� In addition, vendor will document tonnage taken off each field. Vendor shall be responsible for supervising all operations under their responsibility. This would include the maintenance and safety of all vendor owned equipment and supplies. SPECIAL NOTE: BAGS WILL BE FILLED ON A LEVEL ROCK CHIP, GRAVEL OR CONCRETE BASE. 3.0������ Government Furnished Property/Equipment/Information ����������� The NADC will furnish if needed the following in conjunction with and throughout the duration of the above operation: one tractor (and/or skid loaders) for cleaning silage spills from transfer of silage from wagons/trucks at bagging location, fuel for the NADC tractor/skid loader and sufficient labor to operate the tractor/skid loader. 6. Delivery FOB destination to: to USDA, ARS AMES IA 50010 Delivery within 30-60 days delivery ARO. 8. If a company is found to have provided products that fall outside the prescribed specifications, the company will provide working replacements for these products at no cost to the government. 9. Award shall be made to the responsible quoter conforming to the solicitation and who will be most advantageous to the Government. The government will evaluate information based on the following evaluation criteria: (1) Technical Acceptability (3) Delivery Time and (2) price. To submit a quote offerors must have an active SAM registration.� Submit quotes on company letterhead include companies DUNNs number, evaluation factor information, and make quote valid for 60 days.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/917eb76cfd704124a6f1a6b4c5172814/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN05745036-F 20200806/200804230152 (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.