Federal Bid

Last Updated on 30 Nov 2007 at 5 AM
Combined Synopsis/Solicitation
Ames Iowa

87 -- HAY - MIXED GRASS / ALFALFA

Solicitation ID AG6125S08AA01
Posted Date 01 Nov 2007 at 4 AM
Archive Date 30 Nov 2007 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 Ames Iowa United states 50010
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: AG-6125-S-08-AA01 is being issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 111940. The USDA-ARS-National Animal Disease Center, Ames, Iowa, has a requirement to purchase 300 Ton of MIXED GRASS/ALFALFA HAY, LARGE, ROUND BALES FOR PERIOD BEGINNING 11/16/2007 AND ENDING 05/31/2008. QUOTERS PLEASE NOTE: The price requested herein MUST be a price that will be firm on date of shipment. SPECIFICATIONS: Hay must be Grade No.2 or higher, according to standards of the Hay Market Task Force of America Forage and Grassland Council. Relative Feed Value Index (RFV) should be 103-124%; Acid Detergent Fiber (ADF) should be less than 40% on a dry matter basis; and Neutral Detergent Fiber (NDF) should be less than 53% on a dry matter basis. The hay must be from year 2007 crop, and meet the specifications listed below. The composition of the hay should be a mixture of cool season grasses and alfalfa that are consistent with growing conditions in the upper Midwest regions of the US. The alfalfa content should not be over 30%. Fifty per cent (50%) or more leaves, green; less than 5% foreign material: free of mold, must odor, dust, etc. No hay will be accepted that has been rained on, is moldy, weathered, weedy, wet or shows poor construction. ALL HAY IS TO BE HARVESTED FROM FIELDS THAT ARE NOT GRAZED AND MUST BE STORED UNDER A ROOF AFTER BALED. The hay shall be satisfactorily baled with rot-proof twine or netting. Bales should not weigh more than 2,000 lbs. Hay shall not contain injurious foreign materials. DELIVERS: Delivery shall be direct from fields or barns via clean vehicles not used for transportation of livestock. Shipment by rail is not acceptable. Deliveries shall be made within ten (10) working days after receipt of a telephone request by Government Representative, during the period starting November 15, 2007 and ending no later than May 31, 2008, excluding Federal holidays and weekends. It will be requested that contractor call (515) 663-7289 or 663-7248 prior to delivery. It is required by the ICC that both the empty and loaded weight MUST be obtained from the same weighing station. The Contractor shall provide the Government with a certified copy of the loaded weight ticket 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 accompany the weigh ticket also, allowing for a signature of a person making the delivery and a signature of Government Personnel receiving the hay. The delivery ticket MUST list the number of bales per load. The Contractor shall be responsible for delivering the bales to National Centers for Animal Health (NCAH) and the Government will unload and stack bales in an area designated by the Government. STORAGE: The successful shall store the hay at no additional cost to the Government until such time as all deliveries have been made and the contract has been completed. INSPECTION: The Government reserves the right to inspect the premises and origin of hay before and at any time after the contract is consummated to assure that the hay is not being contaminated with dangerous pathogens. The Government reserves the right to make inspection of fields, barns where the hay is being stored, and the bales to determine quality and freedom from animal contaminations and also to assure that the quoter?s operations will meet conditions required. Final inspection will be made at time of delivery to NCAH, and the hay must meet specifications and requirements as specified herein or it will not be accepted. It will be required that the hay NOT be unloaded until inspected and approved by Government personnel. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. Per FAR 13.106-2, award will be made to ensure that the purchase is the most advantageous and of the best value to the Government, based on the following evaluation factors: 1) Technical capability of the item(s) offered to meet the Government?s requirements; 2) Price; and 3) Past performance. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before NOVEMBER 15, 2007. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is November 15, 2007. All responsible sources may submit a quotation which shall be considered by the Agency.
Bid Protests Not Available

Similar Past Bids

Colorado 06 Dec 2022 at 5 AM
Colorado 06 Dec 2022 at 5 AM
Ames Iowa 17 Aug 2020 at 4 PM
Experiment Georgia 10 Sep 2013 at 7 PM
New york New york 17 Aug 2002 at 5 AM

Similar Opportunities

Oklahoma 17 Jul 2025 at 4 AM (estimated)
Oklahoma 17 Jul 2025 at 4 AM (estimated)
Location Unknown 11 Jul 2025 at 4 AM