Federal Bid

Last Updated on 03 Dec 2008 at 10 PM
Combined Synopsis/Solicitation
Dayton Ohio

Mixed Grass Hay - Round Bales

Solicitation ID AG-5114-S-09-BB04
Posted Date 23 Oct 2008 at 3 PM
Archive Date 03 Dec 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Dayton Ohio United states
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 AG-5114-S-09-BB04 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-27. The North American Industry Classification System (NAICS) code is 111940; small business size standard is $.75 million. This is a total set-aside for small business. The government may make multiple awards under this solicitation. The USDA, ARS, MWA, NADC, Ames, IA has a requirement/need for mixed grass hay - round bales from the 2008 crop in accordance with the attached specifications. The award will be for a total quantity of 300 ton with partial deliveries to be made during November, 2008 within 10 days of call from an authorized government employee. Technical specifications are attached. SHIPPING AND DELIVERY, PERFORMANCE, AND ACCEPTANCE: Deliveries shall be made to USDA, ARS, MWA, NADC, 2300 Dayton Avenue, Building 13, Ames, IA 50010 within 10 days of a call from an authorized government representative during the month of November. 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. See the attached specification sheet for additional delivery requirements. 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 Government reserves the right to inspect the premises and origin of hay before, or anytime after, the contract is awarded. Final inspection will be made at destination for condition and quality. It is required by the ICC that both empty and loaded weight must be obtained from the same weighing station. The Contractor shall provide the Government with a certified copy of both the empty and loaded weigh tickets, at the time of each delivery, which must be obtained at an official weighing station with the firm’s name inscribed on the weigh ticket. A delivery ticket must be presented with each delivery (allowing for a signature of the person making the delivery and signature of Government personnel receiving the delivery) and must list the number of bags. QUOTATIONS - In order to be considered for award Offerors shall provide: 1) Completed copy of the attached SF-1449 (DUNS number should be included); 2) at least 3 to 5 references for the proposed product. References must have received the proposed product within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision is attached or may be obtained at http://acquisition.gov/comp/far/loadmainre.html and 4) a current copy of the Company’s CCR entry. (NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) REJECTION OF PROPOSAL: 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:/acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-7, Central Contractor Registration (The website address for registration is: http://www.ccr.gov); FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference are as follows: 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 216-27, Single or Multiple Awards; FAR 219-6, Notice of Total Small Business Set-Aside; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://acquisition.gov/comp/far/loadmainre.html. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., November 3, 2008. Proposals and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6624 or email above.
Bid Protests Not Available

Similar Past Bids

Dayton Ohio 03 Dec 2008 at 10 PM
Ames Iowa 29 Apr 2020 at 10 PM
Ames Iowa 29 Nov 2021 at 6 PM
Dayton Ohio 27 Apr 2016 at 7 PM
Hill New hampshire 25 May 2010 at 8 PM

Similar Opportunities

Oklahoma 27 Jul 2025 at 4 AM (estimated)
Oklahoma 27 Jul 2025 at 4 AM (estimated)
Minneapolis Minnesota 09 Jul 2025 at 4 PM
Minneapolis Minnesota 09 Jul 2025 at 4 PM
Oklahoma 17 Jul 2025 at 4 AM (estimated)