A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below.
This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service.
The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition.
The NAICS code for the expected acquisition is 311119, with a Size Standard of 500 employees and the PSC Code is 8710. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13.
Background:
The objective is to provide animal care and support services for internal users that rely on animals and animal products for research, testing, and training. Fresh, clean, high-quality feed is critical to support animal health and well-being.
Scope of Work:
The USDA-ARS NADC Animal Resources Unit in Ames, Iowa has a requirement for the purchase of Large Animal Feeds and Miscellaneous Large Animal Feeds under an indefinite-delivery, indefinite-quantity (IDIQ) contract with a base plus four option years. On an as needed basis throughout the period of performance listed in the IDIQ, an authorized Government employee will place individual orders against the IDIQ contract specifying the feed required in each order. The contractor shall make deliveries within four (4) working days after receipt of a telephone or written order from an authorized Government employee. Partial deliveries of a minimum quantity may be requested.
This is anticipated to be a Base plus Four Option Years IDIQ contract for a period of 12 months from date of award.
Base Period – 12 months from Date of Award
Option Year 1 – 12 months from end of Base Period
Option Year 2 – 12 months from end of Option Year 1
Option Year 3 – 12 months from end of Option Year 2
Option Year 4 – 12 months from end of Option Year 3
The Department of Agriculture (ARS) has the need for the following products with quantities estimated over the base period plus four option years:
CLIN 0001: Large Animal Feeds (see subclins (slins) below)
SLIN 0001AA SWINE MAINTENANCE- BAGS
Estimated Quantity per year: Min 480, Ave 1600, Max 3600
SLIN 0001AB SHEEP MAINTENANCE-BAGS
Estimated Quantity per year: Min 160, Ave 1600, Max 2400
SLIN 0001AC SHEEP MAINTENANCE-BULK
Estimated Quantity per year: Min 5 tons, Ave 15 tons, Max 40 tons
SLIN 0001AD BEEF MAINTENANCE-BULK
Estimated Quantity per year: Min 20 tons, Ave 60 tons, Max 120 tons
SLIN 0001AE BEEF MAINTENANCE-BAGS
Estimated Quantity per year: Min 240, Ave 1000, Max 2200
SLIN 0001AF BEEF GROWER-FINISHER-BAGS
Estimated Quantity per year: Min 0, Ave 0, Max 400
SLIN 0001AG BEEF GROWER-FINISHER-BULK
Estimated Quantity per year: Min 0 tons, Ave 0 tons, Max 25 tons
SLIN 0001AH TROPHY IMAGE 20-BAGS
Estimated Quantity per year: Min 100 bags, Ave 800, Max 1400
SLIN 0001AJ TROPHY IMAGE 20-BULK
Estimated Quantity per year: Min 10 bags, Ave 65, Max 120
CLIN 0002: Miscellaneous Large Animal Feeds (see subclins (slins) below)
SN 0002AA CALF GROWER RATION-BAGS
Estimated Quantity per year: Min 160, Ave 800, Max 1400
SLIN 0002AB CALF GROWER RATION-BULK
Estimated Quantity per year: Min 0 tons, 4 tons, Max 20 tons
SLIN 0002AC PIG PRESTARTER RATION-BAGS
Estimated Quantity per year: Min 80, Ave 320, Max 800
SLIN 0002AD SWINE STARTER RATION-BAGS
Estimated Quantity per year: Min 0, Ave 0, Max 240
SLIN 0002AE TURKEY BREEDING/LAYING RATION-BAGS
Estimated Quantity per year: 40, Ave 60, Max 120
SLIN 0002AF LAMB GROWER RATION-BAGS
Estimated Quantity per year: Min 80, Ave 400, Max 800
SLIN 0002AG LAMB GROWER RATION-BULK
Estimated Quantity per year: Min 4 tons, Ave 35 tons, Max 50 tons
SLIN 0002AH CHICKEN STARTER RATION-BAGS
Estimated Quantity per year: Min 240, Ave 1100, Max 1800
SLIN 0002AJ FERAL SWINE Ration (Pelleted)-BAGS
Estimated Quantity per year: Min 80, Ave 400, Max 720
The solicitation will allow for Requests for Equitable Adjustments in accordance with FAR clause 52.216-2 Economic Price Adjustment – Standard Supplies to allow price adjustments every six (6) months due to fluctuations in feed prices.
Feed Specifications:
Refer to attachment titled “Feed Specifications” for specific requirements of each feed type.
Delivery Requirements:
Deliveries shall be made to: USDA, NCAH, 1920 Dayton Ave, 1920 Dayton Avenue, Ames, Iowa 50010. Deliveries shall be made during normal business hours of 7:30 a.m. through 2:30 p.m. (CST) Monday through Friday, excluding Federal holidays or Observance of Federal Holidays (New Year's Day, Martin Luther King Jr. Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day). Deliveries will be made in clean, closed vehicles not used in the transportation of livestock. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Ames, IA and will be identified in the contract.
Capability Statement:
Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements (not to exceed 5 pages) regarding the company’s ability to demonstrate their expertise and experience in relation to the areas specified in this notice.
In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business.
To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. Vendor must include their DUNS# on their capability statements.
To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement.
Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to melissa.grice@usda.gov so that they can be added to the list of NDAA 889 Certified vendors.
Submitting a Capability Statements:
Responses should be submitted via email by Monday, February 14, 2022 at 2:00 p.m. (CST). Telephone inquiries will not be accepted. Questions should be directed to Melissa Grice at melissa.grice@usda.gov
Disclaimer:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received. After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.