Iowa Bids > Bid Detail

Cow Lactation and Dry Cattle Premix Feeds

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 87 - Agricultural Supplies
Opps ID: NBD00159829887993321
Posted Date: Nov 23, 2022
Due Date: Nov 29, 2022
Solicitation No: 12505B23Q0019
Source: https://sam.gov/opp/48e0ef9274...
Follow
Cow Lactation and Dry Cattle Premix Feeds
Active
Contract Opportunity
Notice ID
12505B23Q0019
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 22, 2022 07:33 pm CST
  • Original Date Offers Due: Nov 29, 2022 05:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 14, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8710 - FORAGE AND FEED
  • NAICS Code:
    • 311119 - Other Animal Food Manufacturing
  • 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 12505B23Q0019 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The associated NAICS code is 311119 -Other Animal Food Manufacturing, with a small business size standard of 500 employees and the PSC code is 8710. This solicitation is unrestricted (“Full and Open”).



The Department of Agriculture (ARS) has the need for the following products:



001) Cow Lactation Premix



002) Dry Cattle Premix



Scope of Work:



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office’s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Animal Disease Center’s (NADC’s) Animal Resources Unit (ARU) in Ames, IA is requesting quotes for Cow Lactation and Dry Cattle Premix Feeds. This is anticipated to be a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract that will cover a period of 12 months (or 1 year).



Background:



The mission of the USDA-ARS National Animal Disease Center’s (NADC’s) Animal Resources Unit (ARU) in Ames, IA is to provide animal care and support services for internal users that rely on animals and animal products for research, testing, and training.



Technical Requirements:



The Contractor shall provide all resources necessary accomplish the tasks and deliverables described.



ITEMS:




  • CLIN 001 – Cow Lactation Premix

  • CLIN 002 – Dry Cattle Premix



CLIN 001 SPECIFICATIONS FOR Cow Lactation Premix



GROUND CORN 909.60#



AMINO PLUS 424.50#



SOYHULLS 363.90#



MOLASSES - Dry 109.20#



CALCIUM CARBONATE 54.60#



DV XP YEAST 36.40#



SALT – PLAIN 25.50#



SODIUM BICARBONATE 25.50#



Potassium Carbonate 12.10#



Urea 12.10#



DICAL 21% Phos 12.10#



MAGNESIUM OXIDE – 56% 9.70#



Dairy Trace Mineral 2.40#



VITAMIN E – 50 1.2128#



Selenium 1600 1.1279#



Vitamin D3-200 0.0606#



Vitamin A – 1000 0.0485#



2,000#





CLIN 002 - SPECIFICATIONS FOR Dry Cattle Premix



AMINO PLUS 666.60#



SOYHULLS 689.40#



MOLASSES - Dry 166.60#



CALCIUM CARBONATE 133.40#



DV XP YEAST 133.40#



SALT – PLAIN 33.40#



Urea 33.40#



DICAL 21% Phos 66.45#



MAGNESIUM OXIDE – 56% 53.40#



Dairy Trace Mineral 13.34#



VITAMIN E – 50 6.67#



Selenium 1600 3.34#



Vitamin D3-200 0.33#



Vitamin A – 1000 0.27#



2,000#



BULK – NO BAGS



Ration must be thoroughly mixed only, NOT pelleted or ground.



Feeds should NOT contain:




  1. Antibiotics

  2. Hormones

  3. Chemical growth promotants

  4. Animal Products or by-products

  5. Bactericides, Bacteriostats or Cocidiostats



If the mill to be used has processed feeds containing any of these materials prior to mixing Government feeds, it shall be flushed with at least two tons of feed which does not contain any of the above-mentioned additives immediately before processing. This is to be done at the expense of the Contractor.



NOTE: Items purchased under this contract will be used to feed animals in the conduction of research. Since diet is an essential control factor necessary in the Center’s research, no substitution or deviation from the formulations is permissible without approval from the USDA. Only Clean, high quality ingredients are to be used. Combining/Blending with like ingredients of low quality or possible contamination is not acceptable. This would include but not limited to mold and mycotoxins within feed ingredients.



Key Deliverables:




  • Cow Lactation Premix; Quantity: Usage Not to Exceed 150 tons.

  • Dry Cattle Premix; Quantity: Usage Not to Exceed 50 tons.



Period of Performance



The Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract shall be in effect for 12 months (or 1 year): 01/28/2023 – 01/27/2024.



Delivery:



Deliveries will be made to the USDA-ARS NADC located at 1920 Dayton Ave, Building 13, Ames, IA 50010. Deliveries shall be made during normal business hours of 7:30 a.m. through 2:30 p.m. Central Time (CT) Monday through Friday. Deliveries will NOT be made on Federal Holidays or the Observance of Federal Holidays (New Year’s Day, Martin Luther King Jr. Birthday, Washington’s Birthday, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). If the fourth working day from when an order was placed falls on a Federal Holiday or the Observance of a Federal Holiday, then the delivery will be made on the following working day.



The Contractor shall make deliveries within four (4) working days after receipt of an order from an authorized Government employee. Partial deliveries of a minimum quantity may be requested.



Deliveries will be made in clean, closed vehicles NOT used in the transportation of livestock. Deliveries shall be made direct from the mill to the NADC by enclosed clean trucks without transfer from truck to truck or through terminals and unloaded at location specified by the NADC.



The Contractor shall provide the Government with a certified copy of both the empty and loaded weight tickets, at the time of each delivery for all bulk feed deliveries, which must be obtained at an official weighing station with the firm’s name inscribed on the weigh ticket.



A delivery ticket must accompany each order (allowing for a signature of person making the delivery and signature of Government personnel receiving the delivery).



The Contractor shall assure that the material conforms to the specifications in the contract prior to delivery. Upon delivery, at destination, the Government reserves the right to reject any or all parts of a shipment, if in the opinion of the Government, does NOT meet the requirements contained herein.



The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Ames, IA and will be identified in the contract.



Admission to Property:



The following rules and regulations apply to all property at the NADC, Ames, IA, under the custody of the United States Department of Agriculture (USDA) and to all persons entering on such property.



The campus is closed to the general public. Admission to the facility is restricted to authorized persons and approved visitors. No pets or weapons of any kind are allowed on premises. Upon entry, visitors:




  1. Will be required to present Government or other identifying credentials to the Officer at the Visitor Gate (photo driver’s license, passport, or other official photo identification).

  2. Will be issued a visitor’s badge and must wear and display the badge at all times while visiting the facilities.



Evaluation Factors:



Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable.



Submitting a Quote:



Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.



Contractors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included with the attached quote submission form (SF1449). The Government anticipates making one Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract award.



Contractors responding to this announcement shall submit their quote on the SF1449 (see attachments) along with all other requested and required documentation (such as completed FAR clauses and provisions) to be included as part of ALL offeror’s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase.



Be sure ALL sections of the SF1449 are completed, including entering a response to each line item. Award will be made on the acquisition as a whole (NOT per line item). As such, be certain you can provide ALL of the required products. If any line items are NOT quoted on then the offeror will be disqualified from consideration for award. If a line item will be provided at NO extra charge, please enter it as a $0.00-dollar amount on the SF1449. Also, if the value of any line item(s) is included in the value of one or more-line items, please specify which line items are included under a single price.



Included with the SF1449 quote submission for are FAR clauses, a Statement of Work (SOW), and FAR provisions. Be sure to read and review all of the attachments to the SF1449 and to complete any and all additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition.



In addition, all submissions should include the FAR clauses and provisions attached to the SF1449 completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked and all blanks are filled in).



Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days.



To be eligible to be put into consideration for award, ALL contractors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Contractor must also include their UEI# on their quote.



The submission and payment of invoices for all orders placed against the resulting Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be made through the Invoice Processing Platform (IPP). As such, contractors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for orders placed against the resulting Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. NOTE: Prepayment is NOT permitted. Delivery must have been made BEFORE an invoice can be submitted in IPP and approved for payment. Invoices submitted prior to delivery will be rejected. Invoices can be resubmitted once delivery has occurred.



Only electronic submissions made via email on the required quote submission form (SF1449) will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, quotes submitted in the body of an email, OR quotes submitted ONLY on company letterhead WITHOUT a completed SF1449 will be accepted). Please email all quotes in writing on the SF1449 along with completed FAR clauses and provisions as well as any other requested and required documentation to aaron.dimeo@usda.gov by NO later than Tuesday, November 29, 2022 at 5:00 PM Central Time (CT).



A quote submitted and received in response to this solicitation AFTER the deadline specified above will NOT be put into consideration for award UNLESS it is the ONLY quote that is received.



NOTE: Be absolutely certain to reference the RFQ number “12505B23Q0019” and/or title of the solicitation “Cow Lactation and Dry Cattle Premix Feeds” in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).


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


History
  • Nov 22, 2022 07:33 pm CSTCombined 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 >