Iowa Bids > Bid Detail

FY23 Hay Baling Services

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159335102623897
Posted Date: May 5, 2023
Due Date: May 11, 2023
Solicitation No: 12505B23Q0144
Source: https://sam.gov/opp/9bf63c59b6...
Follow
FY23 Hay Baling Services
Active
Contract Opportunity
Notice ID
12505B23Q0144
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 05, 2023 09:56 am CDT
  • Original Date Offers Due: May 11, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F006 - NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES
  • 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 12505B23Q0144 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 Effective March 16, 2022. This solicitation is 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 Contract Line Item Number (CLIN):





0001) Hay Baling Service, 1 job $__________________





Description of Work: The National Laboratory for Agriculture and the Environment (NLAE) has a requirement for FY23 Custom Hay Baling Contract for USDA Laboratory. Contract Period of Coverage: June 1, 2023 through October 31, 2023. Anticipated total harvest not to exceed 300 acres. Vendor will cut, condition, rake and bale forage from the NADC fields. Vendor will be required to supervise all areas of the operation in which they are responsible.





The NAICS code applicable to this acquisition is 111940 (Hay Farming) with a size standard of $2.5 million. The PSC is F006.





Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13.





Contract requirements include:



Specific Requirements/Tasks



NADC has the following plots on-site which may be baled by the contractor as requested by the NADC:



*Mixed Grass – Approximately 70 acres



*Alfalfa – Approximately 10 acres





NADC has hay plots on-site up to 80 acres which may be baled by the contractor as requested by the NADC. NADC Farm Management Staff will determine fields to harvest. Minimum number of acres harvested will be 60 acres up to a maximum of 300 acres. Vendor to bid on a per acre basis and will be paid on a per acre basis. Vendor shall supply all needed equipment to include: tractors, balers, rake, mower, wagons, tractors to pull wagons, fuel and labor for all the vendor supplied equipment to harvest hay as assigned by National Animal Disease Center (NADC) Farm Management Staff.





Vendor shall maintain a record of the number, average weight, and type of bales from each field and turn in to Farm Manager after completion of each cutting. Vendor will be responsible for delivery of all baled hay from the fields to NADC location as specified by NADC Farm Management Staff. Vendor will be required to bale small squares and stack in location designated by Farm Manager. Hay racks will be supplied by NADC. Vendor will be responsible for supervision and safety of all areas of the operation in which they are responsible.





Hay harvest to begin as early as May 15th and may proceed to the middle of October. All tasks must be completed in accordance with typical industry standards and in coordination with NADC Farm Management Staff. Hay is to be baled in Round bales (with option of Large Square bales if needed) and/or Small Square bales (typically not to exceed 10% of total) as designated by NADC Farm Management Staff. Hay is to be cut and crimped/crushed. Care should be taken when raking and baling to prevent dry matter loss. Hay is to be baled when moisture content reaches 15-18%. Propionic Acid and propionic-acetic acid preservatives should be used with prior approval of NADC Farm Management



Staff. The acid preservative should be applied at the baler and at a rate recommended by the manufacturer.





Exact harvest dates to be determined by NADC Farm Management Staff depending on weather and plant growth stage. Subsequent cuttings will typically be about 30 days apart depending on weather conditions. Harvest to commence within 4 calendar days from verbal or written request by an authorized government employee and be completed in a timely manner yielding a satisfactory product as described above.





Estimated acres to be baled per cutting:



1st cutting - 70 acres (mixed grass) (all Round / Large Square) and 8 acres Alfalfa (all Small Square)



2nd cutting - 70 acres (mixed grass) (all Round/Large Square) and 8 acres Alfalfa (all Small Square)



3rd cutting - 70 acres (mixed grass) (all Round/Large Square) and 8 acres Alfalfa (all Small Square)



4th cutting - 8 acres Alfalfa (all Small Square)





Small Square bales of hay shall be satisfactorily baled with rot-proof twine. Bales that are ragged, shorter than 36" or longer than 48", and bales having twine of unequal tension, which makes it difficult to handle and stack, will not be acceptable. Bales should weigh between 50 and 70 pounds each. Hay shall not contain injurious foreign material.





Large Square bales of hay shall be satisfactorily baled with rot-proof twine making a 3’ X 3’ X 8’, a 3’ X 4’ X 8’ or a 4’ X 4’ X 8’ bale.





Round Bales of hay shall be satisfactorily baled with net-wrap making a bale that is minimum 4.5’ to 6’ in diameter and approximately 5’ wide with a minimum weight of 1400 pounds and maximum 1800 pounds.





Large Square and Round Bales that are ragged or having twine/wrap of unequal tension, which makes it difficult to handle, will not be acceptable. Hay shall not contain injurious foreign material.





Vendor shall be responsible for supervising all operations under their responsibility. This would include the maintenance and safety of all vendor owned equipment, supplies and personnel. The contractor shall perform all work 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, NCAH, 1920 Dayton Avenue, Bldg 13, Ames, IA 50010 and will be identified in the contract.





The Government anticipates award of a Firm Fixed Price contract.





Period of Performance is 5/15/2023-10/31/2023.





Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services. Submission of proposal shall include the following: (1) Technical and (2) Price.





All responses shall be submitted electronically to melissa.grice@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 proposal 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. Technical acceptability will be evaluated based on company experience (minimum of 5 years’ experience providing services as described in the Statement of Work). The lowest priced proposal 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 proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal 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.





Reference the attached Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. Contractors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with their offer.





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 2:00 PM Central Time on May 11, 2023.





Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM CT on May 8, 2023. 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.





Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.


Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 05, 2023 09:56 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >