Maryland Bids > Bid Detail

seeds

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 87 - Agricultural Supplies
Opps ID: NBD00159631779836733
Posted Date: Aug 21, 2023
Due Date: Aug 23, 2023
Solicitation No: 12405B23Q0616
Source: https://sam.gov/opp/6805172d3f...
Follow
seeds
Active
Contract Opportunity
Notice ID
12405B23Q0616
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA 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: Aug 21, 2023 02:51 pm CDT
  • Original Date Offers Due: Aug 23, 2023 08:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8710 - FORAGE AND FEED
  • NAICS Code:
    • 333112 - Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
  • Place of Performance:
    Beltsville , MD 20705
    USA
Description

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. The solicitation number is 12405B23Q0490 and is issued as a request for quotation (RFQ). The NAICS code is 333112 – Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular FAC 2023-04,



Any quotes not meeting the minimum specifications will not be considered.





Justification:



Beltsville Agricultural Research Center located in Beltsville, MD is looking to purchase soft red winter wheat seed, triticale seed for forage and a VNS rye seed for cover crop.



The soft red winter wheat seed varieties are specifically chosen for their use in the Mid-Atlantic region and their disease resistance. These varieties have proven to meet our grain yield and straw production goals.



The triticale seed is raised to produce silage for feed used at the dairy facility at BARC. The Gainer variety triticale seed chosen is a proven variety for this region that meets our silage tonnage goals.



The VNS (variety not stated) rye will be used around the farm as a cover crop for the winter. The cover crop provides excess nutrient uptake and erosion control.





Variety and Quantity of Each:



Wheat:



Mid-Atlantic Seed – MAS#143 Quantity: 5– 50 unit totes



Mid-Atlantic Seed – MAS#316 Quantity: 5 – 50 unit totes





Triticale:



Gainer Tri-Cal 154 Quantity: 8 – 40 unit totes





Rye:



VNS Quantity: 4 – 40 unit totes





Location pickup/delivery requirements:



If awarded dealer is within 75 miles, USDA will pick up the seed. If awarded dealer if more than 75 miles from BARC, Dealer must include delivery in the quote and have triticale delivered no later than September 15th. Wheat and rye delivered no later than October 1st.



Delivery location:



NEA HYDROLOGY AND REMOTE SENSING LA



10300 BALTIMORE AVENUE



BLDG 007, RM 104, BARC-WEST



BELTSVILLE MD 20705



POC: Russell Griffith, russell.griffith@usda.gov, 301-440-9620



Quotes are due: 08/23/2023 at 0800 AM (CT)



All responsible businesses meeting the requirements may submit a quote which shall be considered by the Agency.



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, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.





REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.





The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.





QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.





DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.





PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.



Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov.



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; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable.





The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by, 08/23/2023 at 08:00 AM CT. Quotations are to be addressed to Jovan Haynes, Purchasing Agent, at jovan.haynes@usda.gov. Additional information may be obtained by contacting the Purchasing Agent by email.














Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 21, 2023 02:51 pm 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 >