MODIFICATION
87 -- Soybean Meal IDIQ
- Notice Date
- 2/26/2021 3:04:11 PM
- Notice Type
- Combined Synopsis/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
- 12505B21Q0024
- Response Due
- 3/15/2021 3:00:00 PM
- Archive Date
- 03/30/2021
- Point of Contact
- Aaron Dimeo
- E-Mail Address
-
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
- 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 12505B21Q0024 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. 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: 001) Soybean Meal IDIQ Scope of Work: The USDA-ARS NADC Animal Resources Unit in Ames, Iowa is requesting quotes for the purchase of Soybean Meal to be used as an ingredient in a lactating dairy cattle and dry cattle rations under a firm-fixed price�indefinite-delivery, indefinite-quantity contract with a base plus four option years. All quotes submitted must be issued on the attached SF 1449. Any quote not submitted on the SF 1449 will be not be accepted and will not be put into consideration for award. Background: The objective is to provide animal care and support services for internal users that rely on animals and animal products for research, testing, and training. Fresh, clean, high quality feed is critical to support animal health and well-being. Key Deliverables Specifications: Soybean Meal: Dry Matter: 89% (NTE +/- 2%) Crude Protein: 48% (NTE +/- 3%} Fat: 1.0% (NTE +/ - 1%) Crude Fiber: 3% (NTE +/-1%) Neutral Detergent Fiber: 7.0% (NTE +/- 1%) Acid Detergent Fiber: 5.5% (NTE +/- 1%) Calcium: 0.2% (NTE +/- 0.1%) Phosphorous: 0.65% (NTE +/- 0.15%) Total Digestible Nutrients: 78% (NTE +/- 2%) BULK - NO BAGS Feed should NOT contain: Antibiotics Hormones Chemical growth promotants Animal Products or by-products Bactericides, Bacteriostats or Cocidiostats If the mill to be used has processed feeds containing any of these materials prior to mixing Government feeds, it shall be flushed with at least two tons of feed which does not contain any of the above-mentioned additives immediately before processing. This is to be done at the expense of the Contractor. Items purchased under this contract will be used to feed animals in the conduction of research. Since diet is an essential control factor necessary in the Center' s research, no substitution or deviation from the formulations is permissible without approval from the USDA. Only Clean, high quality ingredients are to be used. Combining/blending with like ingredients of low quality or possible contamination is not acceptable. This would include but not limited to mold and mycotoxins within feed ingredients. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred SM Program. Soybean meal is�considered a biobased product. Order Estimations: IDIQ Contract for Base + 4 Option Years: Base Year Requirements: Min 15 ton, Estimated 90 ton, Max 120 ton Option Year 1 Requirements: Min 15 ton, Estimated 90 ton, Max 120 ton Option Year 2 Requirements: Min 15 ton, Estimated 90 ton, Max 120 ton Option Year 3 Requirements: Min 15 ton, Estimated 90 ton, Max 120 ton Option Year 4 Requirements: Min 15 ton, Estimated 90 ton, Max 120 ton Delivery Requirements: The Contractor shall make deliveries within four (4) working days after receipt of a telephone or written order from an authorized Government employee. Partial deliveries of a minimum quantity may be requested. Deliveries shall be made to: USDA, ARS, MWA, NADC, 1920 Dayton Avenue, Building 13, Ames, Iowa 50010. Deliveries shall be made during normal business hours of 7:30 a.m. through 2:30 p.m. (CST) Monday through Friday, excluding Federal holidays or Observance of Federal Holidays (New Year's Day, Martin Luther King Jr. Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). Deliveries will be made in clean, closed vehicles not used in the transportation of livestock. The Contractor shall assure that the material conforms to the specifications in the contract prior to delivery. Upon delivery, at destination, the Government reserves the right to reject any or all parts of a shipment, if in the opinion of the Government, does not meet the requirements contained herein. The Contractor shall provide the Government with a certified copy of both the empty and loaded weight tickets, at the time of each delivery for all bulk feed deliveries, which must be obtained at an official weighing station with the firm's name inscribed on the weigh ticket A delivery ticket must accompany each order (allowing for a signature of person making the delivery and signature of Government personnel receiving the delivery). Deliveries shall be made direct from the mill to the NADC by enclosed clean truck without transfer from truck to truck or through terminals and unloaded at location specified by the NADC. Delivery must be made by an auger truck capable of reaching a height of 26-28 feet.�The soybean meal will be delivered directly into 12 ton capacity (9� -�3 ring) bulk feed bins. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Ames, IA and will be identified in the contract. The Government anticipates award of a Firm-Fixed Price Indefinite Delivery, Indefinite Quantity contract with a base and four option years. Admission to Property: The following rules and regulations apply to all property at the NCAH, Ames, Iowa, under the custody of the United States Department of Agriculture (USDA) and to all persons entering on such property. The campus is closed to the general public. Admission to the facility is restricted to authorized persons and approved visitors. Upon entry, visitors: Will be required to present Government or other identifying credentials to the Officer at the visitor Gate (photo driver' s license, passport, or other official photo identification). Will be issued a visitor's badge and must wear and display the badge at all times while visiting the facilities. 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 1449�(see attached). If a quote is not submitted on the required SF 1449 is will be automatically disqualified and removed from consideration for award. 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 1449 to�aaron.dimeo@usda.gov by no later than�Monday, March 15, 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 Monday, March 8, 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/58047f847a7d417abb1faa9af62ffc04/view)
- Place of Performance
- Address: Ames, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN05927913-F 20210228/210226230111 (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 |