Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2022 SAM #7548
SOLICITATION NOTICE

F -- Corn Silage Harvesting and Bagging

Notice Date
7/29/2022 8:10:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115113 — Crop Harvesting, Primarily by Machine
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B22Q0183
 
Response Due
8/9/2022 10:00:00 AM
 
Archive Date
08/24/2022
 
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 12505B22Q0183 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-6. This solicitation is a 100% Total Small Business Set-Aside. The associated NAICS code is 115113, Crop Harvesting, Primarily by Machine, with a small business size standard of $8.0 Million and the PSC code is F099. The Department of Agriculture (ARS) has the need for the following services: 001) Corn Silage Harvesting and Bagging Scope of Work: The USDA-ARS National Animal Disease Center (NADC) in Ames, IA is requesting quotes for the harvesting and bagging of 1,100 tons of corn silage. Vendor to chop and bag corn from fields as corn silage at the National Animal Disease Center (NADC) to fill approximately six (6) 9' diameter x 200' long silage storage bags not to exceed 1,100 total tons of corn silage. Vendor will be required to supervise all areas of the operation in which they are responsible. Background: The mission of the USDA - National Animal Disease Center (NADC) - Animal Resources Unit (ARU) in Ames, Iowa is to provide animal care and support services for internal users that rely on animals and animal products for research, testing, and training. The NADC - ARU has a requirement for chopping corn on Government owned land for corn silage. NADC has corn plots on-site (approximately 62 acres) from which the contractor will chop to supply no more than 1,100 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 1,100 ton of silage. In addition, NADC may request a specific cutting height on corn be maintained with regards to all or specific fields. Technical Requirements:� 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 ARU 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. 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 62-70% 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 Provide input on crop maturity and recommendation for harvest timeframe to meet specifications.� A minimum of 1 out of every four (4) loads will be weighed by the vendor 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 in addition to personnel safety. SPECIAL NOTE: BAGS WILL BE FILLED ON A LEVEL ROCK CHIP, GRAVEL OR CONCRETE BASE. *Chop at optimum Dry Matter (DM) � 63-68% DM � 62-70% � Forage Moisture Test and/or forage probe. *Assure consistent chopped particle size � Particle size of �� � 85% or greater at the �� size with none larger than 1 �� size � Visual evaluation of chopped silage prior to bagging. *Assure silage is tightly packed to eliminate air pockets � No evidence large quantity of air or air pockets. � No evidence large quantity of air or air pockets. � Visual evaluation of bag tension and construction (i.e. bulges, wrinkles, etc.). *Track, record, and provide verified weight (tons) of silage harvested by truck/wagon load � Track accurate weight of silage hauled by each truck or wagon used. � Records legible and easy to understand � Certified weight scale. *Track, record, and provide verified weight (tons) of silage harvested per field � Track accurate weight of silage harvest by field. � Records legible and easy to understand. � Review of weight/load documents during harvest. *Safety � personnel and government property � No personnel safety issues or damage to government property and/or equipment. � No reported safety issues. � Observation and safety reports. Government Furnished: The NADC will furnish if needed the following in conjunction with and throughout the duration of the above operation: one tractor (and/or skid loader) 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. Travel: The vendor will need to travel to the USDA-ARS National Animal Disease Center (NADC) located at 1920 Dayton Ave, Ames IA 50010 for the days it will take to harvest the corn silage. Key Deliverables: Harvesting and bagging 1,100 tons of corn silage. Place of Performance: Services to be completed at the USDA-ARS National Animal Disease Center (NADC) located at 1920 Dayton Ave, Ames IA 50010. Period of Performance: Silage harvest to occur between August 10, 2022 to September 30, 2022 based on corn maturity and weather. NOTE:� Weather and corn maturity may affect harvest dates.� Harvest must commence within 4 business days of request by USDA procurement officer.� The Government anticipates award of a Firm Fixed Price contract. Evaluation Factors: The basis for award will be Lowest Price, Technically acceptable.�The Government intends to make a single firm-fixed price award based on the lowest price technically acceptable (LPTA) quote received. ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Price; (2) Technical Requirements. The lowest priced quote will be evaluated first; if NOT found acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The government will NOT review higher priced quotes if the lowest priced quote is determined to be technically acceptable. For quoted products to be considered technically acceptable, they must meet ALL of the technical requirements identified in this solicitation. Submitting a Quote: Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions that apply to this acquisition are included with the attached quote submission form (SF1449). The Government anticipates award of one Firm Fixed Price Contract. 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 Unique Entity Identifier (UEI) number is required in order to register.�Vendor must also include their UEI# on their quote. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, contractors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Offerors responding to this announcement shall submit their quote on�SF1449�(see attached), provide a written Quality Assurance Plan in response to the Quality Assurance Surveillance Plan provided in the attachments to the SF1449 (between the Statement of Work and Wage Rate Determination), and provide completed FAR clauses and provisions. The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Failure to demonstrate compliance will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award. Questions in regards to this combined synopsis/solicitation must be submitted through email (NO calls with questions will be accepted) and are due by NO later than�5:00 PM CT on Wednesday, August 4, 2022. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government. Only electronic submissions made via email will be accepted (NO phone calls or quotes submitted by USPS mail will be accepted). Please email all quotes in writing on the SF1449 with completed FAR clauses and provisions to�aaron.dimeo@usda.gov by NO later than�Tuesday, August 9, 2022 at 12:00 PM Central Time (CT). Note: Be absolutely certain to reference the RFQ number �12505B22Q0183� and/or title of the solicitation �Corn Silage Harvesting and Bagging� in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed �unresponsive� and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f60724e40e644154874be65d2b01fa7a/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06407321-F 20220731/220729230115 (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.