Removel of Manure solids from storage tank/lagoon
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 No. AG-63VY-19-S-0004 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The NAICS code applicable to this acquisition is 115116. For a small company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, Dairy at Prairie du Sac, WI has a requirement for Removel of Manure solids from storage tank/lagoon. End-User requires vendor to provide: Specifications for this service: Define Minimum Requirements: Remove and distribute all manure solids from the bottom of the storage lagoon at the USDA-ARS Dairy farm at Prairie du Sac, WI. Spreading rates will be consistent with those permitted by the approved nutrient management plan, and hauling sites and conditions will be as directed/approved by the farm staff. Specification Statement of How Equipment Will Be Used The USDA-ARS dairy at Prairie du Sac (WI) is home to about 480 lactating and dry cows, plus about 120 heifers. These numbers represent a significant increase relative to the cow population projected originally for the 38-year-old facility. As such, the capacity of the manure storage lagoon is under-sized for current cow numbers, and must be emptied frequently to prevent overflows, which are a huge environmental problem. Typically, manure is agitated and pumped from the storage lagoon into tankers for field distribution. However, over time, residual solids have collected in the bottom of the lagoon; these solids have not been removed for a decade, and now comprise a significant volume, thereby limiting capacity. The lagoon is concreted on the bottom and all sides with 2 ramps that allow equipment access. The USDA-ARS does not own the necessary equipment to remove and spread these manure solids. Prior to removal of the solids, the USDA-ARS agrees to agitate, and then remove the entire semi-liquid layer from the lagoon surface. Customer applicators will be expected to furnish all equipment necessary for removal and spreading of manure solids, as well as all needed fuel for conducting these operations. Brand Name or Equal No purchase of equipment is required in association with this requisition. Numerous configurations of vendor-owned equipment could be used to complete this service, but the work must be completed without damaging the concrete liner within the manure lagoon, and farm staff will have final approval on whether weather conditions permit manure hauling. Line Item Descriptions 1. Farm staff will remove the semi-liquid layer from the lagoon surface immediately prior to contracted removal of manure solids. 2. Although there are multiple options for emptying the manure solids from the storage lagoon, any procedure or equipment usage that potentially damages the concrete lagoon liner is not acceptable. 3. Entrance ramps into the lagoon will permit use of a rubber-tired loader within the lagoon, and will allow manure spreaders to be loaded within the lagoon. 4. All tractors, loaders, and spreaders for manure hauling will be furnished by the contractor. 5. All fuel will be supplied by the contractor. 6. All designated fields and manure application rates will be determined by farm staff in compliance with the nutrient management plan approved for the farm. 7. Suitability of fields for manure hauling, particularly with respect to muddy field conditions, will be approved by farm staff. 8. This service should be planned for late-September or early October, such that manure can be spread onto (primarily) fields of residual corn stubble following silage harvest; however, specific dates and timing must be coordinated with farm staff. Descriptive Literature No descriptive literature is required. Training Work will be conducted entirely by the contractor; no training of USDA-ARS or University of Wisconsin employees required. Installation Requirement No installation of equipment is needed or required for this requisition. Commercial Warranty No formal warranty is required, other than acknowledgment that the USDA-ARS and the University of Wisconsin are not responsible for the contractor's equipment damage, injuries to (contractor) employees, or remediation of any gross non-compliance of manure distribution within the scope of the approved nutrient management plan. Required Delivery Date/Time 25 September through 1 November 2019 DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) A Quote on company letterhead detailing the item description, unit price per item, and total price; 2) Descriptive literature, brochures, information on service and support; 3) Company's DUNS number; 4) GSA Contract number and expiration date (if applicable to service requested).; 5) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/index.html REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS Dairy at Prairie du Sac, WI QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery and invoice no later than 30 days after receipt of samples, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement, including delivery date and (ii) price (based on F.O.B. Destination), technical and price are equally important. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. C) Warranty, D) Descriptive Literature. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to: Randall W. Kiehne, Contracting Officer, USDA, ARS, Administrative Office, 1551 Lindig Street, St Paul, MN 55108 Quotes and other requested documents may be provided by email to: Randy.Kiehne@ARS.USDA.GOV, Furnish quotes no later than 12:00 PM (Central), Friday, July 26th, 2019. Additional information may be obtained by contacting the Contracting Officer at Randy.Kiehne@ARS.USDA.GOV or (651)649-5047.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »