Wisconsin Bids > Bid Detail

Alfalfa Fertilizer

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 87 - Agricultural Supplies
Opps ID: NBD00159233957638641
Posted Date: Mar 13, 2023
Due Date: Mar 20, 2023
Solicitation No: 12505B23Q0079
Source: https://sam.gov/opp/5a20080e45...
Follow
Alfalfa Fertilizer
Active
Contract Opportunity
Notice ID
12505B23Q0079
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: Mar 13, 2023 09:49 am CDT
  • Original Date Offers Due: Mar 20, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8720 - FERTILIZERS
  • NAICS Code:
    • 325314 - Fertilizer (Mixing Only) Manufacturing
  • Place of Performance:
    Prairie du Sac , WI 53578
    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; proposals are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0079 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 dated December 30, 2022. This solicitation is set aside for Total Small Business. The associated NAICS code is 325314 (Fertilizer (Mixing Only) Manufacturing), with a small business size standard of 500 employees and the PSC code is 8720.





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





0001) $_____________ Alfalfa fertilizer for approximately 350 acres





Description of Work: The Prairie du Sac farm requires potash, gypsum (Supercal SO4), boron (Granubor) for approximately 350 alfalfa acres in accordance with the Statement of Work. Key Requirements are as follows:



• Must specialize or have a depth of experience in custom fertilizer mixing.



• Must be able to delivery within 24 hours of ordering.



• Include in quote: delivery charge and tonnage tax, if applicable.



Delivery:



The Contractor shall provide all items F.O.B. destination. Delivery in approximately 6 ton batches between 3-27-2023 and 4-20-2023 depending on weather to S8822 Sunset Drive, Prairie du Sac, WI 53578. Delivery needs to occur with a fertilizer auger truck that can fill a pull type airflow spreader (approximately 12 ft high). Farm will call within 3 business days for delivery. Contact Scott Serwe 608-574-0711 with questions on delivery.





The Government anticipates award of a Firm Fixed Price contract.





Period of Performance: Delivery approximately between 3-27-2023 and 4-20-2023





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 supplies 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.





The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-20 Predecessor of Offeror; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204- 26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical and price); FAR 52.212-3 Offeror Representations and Certifications—Commercial Items; 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; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219- 70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-6 Drug-Free Workplace; 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-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; 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.





Submitting a Quote:





Offerors responding to this announcement shall submit their quote on company letterhead pricing the line item for Reagents in accordance with FAR 52.212-1. The applicable FAR clauses and provisions that apply to this acquisition.



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.



Failure to demonstrate compliance 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.





Proposals must be received no later than 4:00 PM Central Time on March 20, 2023.





Note: Be absolutely certain to reference the RFQ number “12505B23Q0079” and/or title of the solicitation “Alfalfa Fertilizer” 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).







The submission and payment of invoices on the resulting 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 the resulting award.





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
  • Mar 13, 2023 09:49 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 >