Skip to main content

An official website of the United States government

You have 2 new alerts

Barley Straw for the USDA, ARS, RSPERS in Dubois, ID (two locations)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 29, 2023 02:20 pm EDT
  • Original Date Offers Due: Sep 06, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 21, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8710 - FORAGE AND FEED
  • NAICS Code:
    • 311119 - Other Animal Food Manufacturing
  • Place of Performance:
    Dubois , ID 83423
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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.

The solicitation number is 12905B23Q0213 and is issued as a Request for Quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number FAC 2023-05 effective August 8, 2023.

This solicitation is issued as a Total Small Business Set-Aside.  The associated NAICS code is 311119 and the small business size standard is 650 employees.

List CLINS, item descriptions, quantities and units of measure:

CLIN 001

Barley Straw, 4’ x 4’ x 8’ bales tied with twine, per specifications:

  • 207 tons delivered to the USDA, ARS Headquarters facility in Dubois, ID

CLIN 002

Barley Straw, 4’ x 4’ x 8’ bales tied with twine, per specifications:

  • 120 tons delivered to the USDA, ARS location at the Mud Lake Feedlot

The Headquarters facility is the USDA, ARS, U.S. Sheep Experiment Station, Headquarters Facility in Dubois, ID.  It is location 4 miles North of Dubois, Idaho on Interstate 15, take Exit 172 and proceed 2 miles East.

The Mud Lake Feedlot is the USDA, U.S. Sheep Experiment Station, Mud Lake Facility.  It is 1 mile West of Mud Lake, Idaho on Highway 33.

Description/Statement of Work/Specification:

Please see the attached Specifications/SOW- Barley straw

Date(s) and place(s) of delivery and acceptance:

Barley straw is to be delivered, unloaded and stacked four bales high on designates storage pads at each location.  Contractor will be required to furnish all the necessary equipment required to complete this job. A weigh slip from a certified scale must accompany each delivery.

Deliveries are subject to inspection by USDA, ARS personnel, and straw not meeting the specifications will be refused. It will be the responsibility of the producer to remove refused straw. 

Quantity variance shall be no greater than 10% of tonnage at each location.

Delivery hours for both locations shall be 7:30am until 4:30pm.  Delivery should be coordinated with the USDA, ARS 24-72 hours in advance for delivery of the barley straw.

 Delivery can begin upon notification of bid acceptance and must be completed by October 9, 2023.

The place of delivery is stated in each CLIN.

This requirement shall be FOB Destination.  Quantity variance shall be no greater than 10% of tonnage at each location and for each delivery.

FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.

Evaluation:

For the evaluation criteria, please see the attached RFQ terms and conditions.

Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer online at SAM: www.sam.gov.  An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.

FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.

There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.

The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.

Date, time and place offers are due.  Offers are due by September 6, 2023 at 3pm EDT.

Submit offers to the following e-mail address(es), by the offer due date and time:

Shelley Steen at shelley.steen@usda.gov

Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.

Any and all questions regarding this solicitation shall be submitted in writing to Shelley Steen at shelley.steen@usda.gov no later than Tuesday, September 5, 2023.

Contact Information

Contracting Office Address

  • 800 BUCHANAN STREET
  • ALBANY , CA 94710
  • USA

Primary Point of Contact

Secondary Point of Contact





History