Federal Bid

Last Updated on 01 May 2015 at 9 AM
Combined Synopsis/Solicitation
Spur Texas

Soybeans Hulls

Solicitation ID AG-6538-S-15-0041
Posted Date 02 Apr 2015 at 4 PM
Archive Date 01 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Pa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Spur Texas United states
The USDA, ARS, U.S. Meat Animal Research Center (USMARC) requires on-site delivery of soybean hulls (loose) to the USMARC. Contractor is to provide all transportation required for delivery. Delivery of soybean hulls must be in a live bottom truck. All soybean hulls not meeting standards defined in this solicitation will be rejected.

Product Specification: a minimum of 8.0% crude protein, maximum 40% crude fiber, minimum .50% crude fat

Scheduling Process: 2 loads per week beginning the end of June 2015

Evaluation Criteria: This procurement is a best value procurement. An award will be based upon the evaluation of the following criteria:
1. Past Performance
2. Product Quality
3. Price

SAM: Vendor must be registered in the System for Award Management prior to the award of the contract. You may register by going to www.sam.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information.

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card.
All sources wishing to provide a quotation must respond by 2:00 PM, April 8, 2015. Quotations should be addressed to USDA Agricultural Research Service, State Spur 18D Bldg 1, Clay Center, NE 68933. POC - Donita Furman, Purchasing Agent, 402-762-4145. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the company's capability to meet the above requirements. 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.

Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:
FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.

Bid Protests Not Available