United States Department of Agriculture

Straw Large Bale IDIQ

Last update: Dec 23, 2024 Last update: Dec 23, 2024

Details

Location:USA
USA
Category:Goods
Status:Awarded
Sectors:Agriculture
Languages:English
Contracting authority type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted: Dec 13, 2024

Attachments 3

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Quick summary

Objectives: The objective of this contract is to procure Straw Large Square Bales for the USDA Animal Resources Unit in Ames, IA, to ensure the daily care and well-being of animals used in laboratory research. The contractor needs to supply a minimum of 15 tons and a maximum of 120 tons of fresh, clean, high-quality straw large bales, free from foreign material and meeting US Grade No. 1 standards, to be delivered within the specified contract period.
Eligibility criteria: The contract is set aside for Total Small Business and must meet the following eligibility criteria: Bidders must adhere to technical specific...

Description

Straw Large Bale IDIQ

Contract Opportunity

Notice ID:
12505B25Q0039
Related Notice:
Department/Ind. Agency:
AGRICULTURE, DEPARTMENT OF
Sub-tier:
AGRICULTURAL RESEARCH SERVICE
Office:
USDA ARS MWA AAO ACQ/PER PROP

General Information:

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Dec 12, 2024 01:29 pm EST
  • Original Date Offers Due: Dec 18, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 02, 2025
  • Initiative:
    • None

Classification:

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8710 - FORAGE AND FEED
  • NAICS Code:
    • 111940 - Hay Farming
  • Place of Performance:
    Ames , IA 50010
    USA

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 12505B25Q0039 is issued as a request for quote (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01 dated November 12, 2024.  This solicitation will be a Total Small Business set aside.  The associated NAICS code is 111940 (Hay Farming), with a small business size standard of $2.5 Million.

This acquisition is for the following item as identified in the Line Items:

0001) Straw Large Bale IDIQ 12 Month IDIQ. Minimum: 15 Ton Maximum: 120 Ton

Description of Work: The USDA has a requirement for a straw large bale 12 month IDIQ in accordance with the Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, in Ames, IA and will also be identified in the contract.  The Government anticipates award of a Firm Fixed Price contract. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services and include a copy of 52.212-3 Offeror Representations-Commercial Products and Commercial Services.  Submission of quote shall include the following: (1) Technical a) quote shall include your company website address b) quote shall include a minimum of three (3) customer references with current contact information  and (2) Price a) vendor shall accept credit card for delivery order payment b) price to include delivery and unloading at place of performance and any applicable credit card transaction fees per payment.

All responses shall be submitted electronically to joel.maas@usda.gov

The basis for award is Lowest Price Technically Acceptable (LPTA).  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 Evaluation—Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. The lowest priced quote 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 quote will be evaluated for technical acceptability.  This will continue until the lowest price quote is determined technically acceptable.  Once the lowest priced quote 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:  Services will be inspected by Contracting Officer Representative (COR) and accepted at destination.  Period of Performance – 12 months.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted.  A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov.  NO EXCEPTIONS. A SAM UEI number is required in order to register.  All invoices shall be submitted electronically.

Quotes must be received no later than 5:00 PM Eastern Time on December 18, 2024.

Questions in regard to this combined synopsis/solicitation are due no later than 1:00 PM Eastern on December 13, 2024.  Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 120+ donors and banks are available here