Sources Sought Notice Corn Silage 2020-SS74
This SOURCES SOUGHT NOTICE. The purpose of this sources sought notice is to determine the interest and feasibility of small business set-asides. This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help the United States Department of Agriculture, USDA, Animal Plant Inspection Services, APHIS, National Veterinary Services Laboratory, NVSL, Ames, Iowa plan their acquisition strategy or plan.
PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME
the USDA, ARS, National Animal Disease Center (NADC) has a requirement for a contractor to supply the National Animal Disease Center (NADC) in Ames, IA with sufficient corn silage to fill approximately five (5) 9' diameter x 200' long silage storage bags (approximately 900 tons of corn silage). The details and specifications for this harvest requirement are attached to this posting. Any resulting award from this solicitation will be a fixed price contract.. NADC has corn plots on-site of approximately 61 acres from which the contractor will chop to supply approximately 900 ton of corn silage. NOTE: Weather or other circumstances may result in less corn available to supply the noted 900 ton of silage.
Vendor responsibilities to include:
• supply the chopper, trucks, wagons, tractors to pull wagons, silage bagger and tractor to operate the bagger, silage bags, fuel and labor for all the vendor supplied equipment
• delivery of silage from the fields to NADC and dump loads in area next to bagging operation assure consistent particle size of 3/4"
• monitor/maintain moisture content of silage between 60-70%
• document accurate record of loads and tonnage hauled by each vehicle
• assure airtight seal on packed silage bags
• provide and apply silage inoculant ("PIONEER"BRAND 11A44) at the chopper
Harvest must commence within 5 business days of request by USDA procurement officer. Silage harvest to begin approximately late August to early September depending on corn maturity and weather.
A minimum of 1 out of every four (4) loads will be weighed 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. The vendor will be responsible for documenting accurate count of number of loads and tonnage hauled by each vehicle. 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. Vendor shall be responsible for supervising all operations under their responsibility.
SPECIAL NOTE: BAGS WILL BE FILLED ON A LEVEL ROCK CHIP OR CONCRETE BASE.
Please submit the following information:
Name and address of company
2. Relevant past performance, including
Contract name
• Contracting Agency or Department
Yearly contract value
• Description of work and how it relates to the requirements
DUNNS number and business size (the NAICS code is 115113 with a size standard of 7MIL
Submission requirements:
Interested small business firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses
Only electronic copies of capability statements will be accepted and should be emailed to:
[email protected] The e-mail shall contain the following subject line: Response to Sources Sought Notice –Corn Silage 2020-SS74.
. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two (2) responsible small businesses or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, the Government may proceed with a full and open competition.
Please submit all information to Submission requirements:
Interested small business firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses
Only electronic copies of capability statements will be accepted and should be emailed to:
[email protected].
Please submit all information to [email protected] July 30th by 10:00 AMCST.
NO TELEPHONE REQUESTS WILL BE ACCEPTED.
Place of Contract Performance:
1920 Dayton Ave
Ames, Iowa 5001
United States