Wisconsin Bids > Bid Detail

Animal Feed - Custom Lactating Formula

Agency:
Level of Government: Federal
Category:
  • 87 - Agricultural Supplies
Opps ID: NBD00159054179299333
Posted Date: Jan 8, 2024
Due Date: Jan 12, 2024
Source: https://sam.gov/opp/4681a0f61c...
Follow
Animal Feed - Custom Lactating Formula
Active
Contract Opportunity
Notice ID
12505B24Q0035
Related Notice
12505B24Q0035
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 08, 2024 01:26 pm CST
  • Original Published Date: Dec 28, 2023 02:12 pm CST
  • Updated Date Offers Due: Jan 12, 2024 02:00 pm CST
  • Original Date Offers Due: Jan 12, 2024 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 27, 2024
  • Original Inactive Date: Jan 27, 2024
  • 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:
    Prairie du Sac , WI 53578
    USA
Description View Changes

AMENDMENT 01 - 01/08/2024



Amendment 01 is being issued to post responses to all requests for information (RFIs) received by the RFI deadline. All other terms and conditions remain unchanged.



END OF AMENDMENT 01



______________________________________________________________________



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 12505B24Q0035 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 dated 12/04/2023. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 311119 (Other Animal Food Processing), with a small business size standard of 650 employees.



This acquisition is for the following item as identified in the Line Item Number(s):





0001) Custom Lactating Formula – Ordering Period 1 (01/22/2024-01/21/2025)



1001) Custom Lactating Formula – Ordering Period 2 (01/22/2025-01/21/2026)



2001) Custom Lactating Formula – Ordering Period 3 (01/22/2026-01/21/2027)



3001) Custom Lactating Formula – Ordering Period 4 (01/22/2027-01/21/2028)



4001) Custom Lactating Formula – Ordering Period 5 (01/22/2028-01/21/2029)





The minimum quantity is 100 tons. The maximum quantity per ordering period is 150 tons. The maximum quantity for the entire contract is 750 tons.



Specifications: See attached Specifications document.



The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Prairie du Sac, Wisconsin 53578 and will be identified in the contract. The Government anticipates award of a single-award Indefinite Delivery Indefinite Quantity contract with firm fixed price delivery orders.



Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications (confirm product quoted complies with specifications) and (2) Price (to include shipping) (use attached “Pricing” spreadsheet).



All responses shall be submitted electronically to josh.dobereiner@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 quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance. The lowest priced quote 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 quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote 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: Supplies will be inspected by the technical representative and accepted at destination. The Government anticipates deliveries may begin as early as February 1, 2024.



See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.



To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically.



Quotes must be received no later than 2:00 PM Central Standard Time (CST) on January 12, 2024.



Questions in regards to this combined synopsis/solicitation are due no later than 2:00 PM CST on January 4, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.


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


History

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 >