Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 27, 2025 SAM #8644
SOLICITATION NOTICE

F -- Corn Silage Harvest - Ames, IA

Notice Date
7/25/2025 9:45:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115113 — Crop Harvesting, Primarily by Machine
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA25Q0100
 
Response Due
7/29/2025 2:00:00 PM
 
Archive Date
08/13/2025
 
Point of Contact
Melissa Santos
 
E-Mail Address
melissa.santos@usda.gov
(melissa.santos@usda.gov)
 
Description
Amendment 1: Section 3.0 Technical Requirements/Tasks revised 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 1232SA25Q0100 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02. The associated NAICS code is 115113 (Crop Harvesting, Primarily by Machine). This acquisition is for the following item as identified in the Line Item Number(s): 0001) Corn Silage Harvest Specifications: See attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is USDA ARS 1920 Dayton Ave. Ames, IA 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Capability and (2) Price . All responses shall be submitted electronically to melissa.santos@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 quote with the lowest evaluated price. Pursuant to FAR 52.212- 2, the criteria for evaluation are: (1) Technical Capability and (2) Price (to include shipping) and must also have satisfactory Past Performance. The lowest priced quote 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 quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote 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 the technical representative and accepted at destination. Period of performance is August 2025 through October 2025. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1- 866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically. Quotes must be received no later than 4:00 PM Central Daylight Time (CDT) on July 29, 2025. Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CDT on July 21, 2025. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a96b4b8d09e744dcb13c29818848b393/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN07524473-F 20250727/250725230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.