Wisconsin Bids > Bid Detail

Freestall Mattresses Removal, Disposal, Replacement, and Installation

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 37 - Agricultural Machinery and Equipment
Opps ID: NBD00159574035803415
Posted Date: Aug 4, 2023
Due Date: Aug 17, 2023
Solicitation No: 12505B23Q0197
Source: https://sam.gov/opp/58682c68ad...
Follow
Freestall Mattresses Removal, Disposal, Replacement, and Installation
Active
Contract Opportunity
Notice ID
12505B23Q0197
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Aug 04, 2023 01:17 pm CDT
  • Original Published Date: Jun 29, 2023 09:51 am CDT
  • Updated Date Offers Due: Aug 17, 2023 11:59 pm CDT
  • Original Date Offers Due: Jul 10, 2023 11:59 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 01, 2023
  • Original Inactive Date: Jul 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3730 - DAIRY, POULTRY, AND LIVESTOCK EQUIPMENT
  • NAICS Code:
    • 326299 - All Other Rubber Product Manufacturing
  • Place of Performance:
    Stratford , WI 54484
    USA
Description View Changes

AMENDMENT 0002 (Dated 08/04/2023):



This amendment (0002) is being issued to change the quote submission deadline to 11:59 PM CT on Thursday, August 17, 2023 as well as update the estimated start and end date for completing the work on the SOW in the solicitation attachments. All other terms and conditions remain unchanged.





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 12505B23Q0197 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 326299 - All Other Rubber Product Manufacturing; with a small business size standard of 650 employees and the PSC code is 3730. This solicitation is unrestricted (“Full and Open”).



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) has the need for the following product and services:



001) Freestall Mattresses Removal, Disposal, Replacement, and Installation



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 Marshfield Agricultural Research Station located at 208356 Drake Avenue, Stratford, WI 54484 is requesting quotes for the removal and disposal of old freestall mattress as well as to provide and install new freestall mattresses.



To include the removal and disposal of old mattresses/top cover from 168 stalls, provide 168 new mattresses/pad/top cover, hardware anchors for attaching top cover, and complete installation of 168 new mattresses. Installation is in an animal facility with exposure to dairy cattle and manure.



Background:



The freestall mattresses are a critical part of the animal housing facility to provide a comfortable resting space for dairy cattle. The current mattress system consists of a 2-inch-thick mattress filled with rubber crumbs (1 mattress per stall), and a seamless top cover that is tensioned over all the rubber crumb mattresses in each stall section and anchored to the concrete base. In addition, a poly brisket board is part of the system which can be re-installed. Each stall section area has 4 individual freestalls per stall section with a total of 42 stall sections (168 total individual freestalls). The current mattresses are 12 years old with the mattresses compressed and the cover worn which is causing abrasions/lesions on the animal’s legs when getting up and down from the mattress. The new mattresses must include a rubber crumb filled mattress, high-density memory foam pad, and seamless top cover.



Technical Requirements:



Removal and disposal of old mattresses and top covers; re-grading/compacting of base material (as needed); provide new mattresses, pads, top covers and anchor materials; and the complete installation of the mattress system according to manufacturer guidelines for installation.



There are 42 sections that have 4 freestalls in each section. In total, 168 new mattresses and pads, and sufficient new top cover length for anchoring to concrete end walls of each stall section using anchoring strips is required.



Specific characteristics needed for mattresses, pad, and top cover:




  • Mattress must be 66-inches (long) by 46-inches (wide), rubber-particle-filled mattresses

  • Mattress fabric for #1 (above) should be needle-punched polypropylene with nylon stitching.

  • Mattresses should be 2 inches thick and weigh between 90 and 135 lbs.

  • Must have a 1.5 inch thick pad made with high-density polyurethane memory foam.

  • Must have HRC top cover. Fabric should be reinforced needle-punched polypropylene with top-coating made of impregnated natural rubber coating. Top-cover rolls are 75 inches wide by 154 feet long.

  • Must include poly-pillow brisket board re-installation (existing poly-pillow brisket board can be re-used).

  • Must include all other installation parts and accessories.

  • Must include removal and disposal of old mattresses and top cover, re-grading of base (as needed), and installation of new mattresses, pad, and top cover.



Government Furnished:



The USDA-ARS farm crew will supply a suitable forklift or skid-steer for moving the mattresses during removal/installation. Bed base material (lime screenings) will be provided in the case that bed floor base need to be re-graded and compacted by contractor prior to installation of new mattresses (as needed).



Travel:



To 208356 Drake Avenue, Stratford, WI 54484.



Contractor’s Key Personnel:



Key personnel for the contractor include the technical representative to determine the correct materials, and the staff in charge of removal of the old top covers and mattresses, and installation of the new top cover, pads and mattresses. The contractor representative and staff must have prior experience working in agricultural facilities with removal/installation of freestall mattress applications.



Security Requirements:



Deliveries and on-site removal/installation of materials must be scheduled during regular work day business hours.



Key Deliverables:




  • Removal of Old Freestall Mattresses

  • Disposal of Old Freestall Mattresses

  • New Freestall Mattresses

  • Installation of New Freestall Mattresses



Delivery:



Removal and disposal of old mattress as well as delivery and installation of new mattresses to be completed at the Marshfield Agricultural Research Station located at 208356 Drake Avenue, Stratford, WI 54484.



The anticipated start date is between August 1, 2023 and October 1, 2023 with completion of the entire package within 10 days from the start of the removal of the old top covers/mattresses. All work at the site (delivery of materials, removal/disposal of old top covers/mattresses, and installation of new mattresses/pads/top covers) must be conducted during normal business hours of 7:00 AM and 4:00 PM Monday through Friday unless scheduled in advance with farm staff.



Contractors must notify the farm staff (TBD at time of award) at least 1 week before anticipated start of the package implementation to ensure the plans work with the farm’s schedule, and coordinate work schedules around animal research projects.



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.



Vendors 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 in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award.



Vendors responding to this announcement shall submit their quote along with all other requested and required documentation (such as completed FAR 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.



The solicitation attachments include FAR clauses, a Statement of Work (SOW), and FAR provisions. Be sure to read and review ALL of the attachments 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 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, blanks are filled in, and tables are completed). Please provide a completed copy of the FAR provisions FAR 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment), FAR 52.212-3 (Offeror Representations and Certifications - Commercial Products and Commercial Services), and FAR 52.225-18 (Place of Manufacture), with any quote.



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 vendors 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 vendor 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. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code.



Vendors should provide the full legal name of the product manufacturer as well as the manufacturing location’s full street address (for USA made) or the country of origin (for foreign made) products included in their quote. A statement or certification from the manufacturer as to the manufacturing street address or country of origin would be preferred.



Also, be certain all quotes included the vendor’s full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information.



Quotes must include an example picture or diagram, and description of the new mattress system for review.



The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Invoices to be billed quarterly in arrears.



Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to aaron.dimeo@usda.gov by NO later than Thursday, August 17, 2023 at 11:59 PM Central Time (CT).



NOTE: Be absolutely certain to reference the RFQ number “12505B23Q0197” and/or title of the solicitation “Freestall Mattresses Removal, Disposal, Replacement, and Installation” 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
Attachments
Document File Size Access Updated Date
12505B23Q0197 Amended Documents.pdf (opens in new window)
528 KB
Public
Aug 04, 2023
12505B23Q0197 Documents.pdf (Deleted)
534 KB
Public
Aug 04, 2023
file uploads

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 >