Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2003 FBO #0396
SOLICITATION NOTICE

87 -- HAY - 700 Tons Alfalfa, 300 Tons Grass

Notice Date
12/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC663, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAB030023
 
Archive Date
12/31/2003
 
Point of Contact
Patricia Auten Procurement Technician 3032369440 patricia_auten@blm.gov
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Invitation for Bids, NAB030023, 700 TONS OF ALFALFA HAY & 300 TONS OF GRASS HAY. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation number NAB030023 applies and is issued as an Invitation for Bid (IFB) for the following requirement: The Bureau of Land Management's Litchfield, CA Holding Facility has a requirement for 700 tons of Alfalfa Hay and 300 tons of Grass Hay, delivered in three separate truck loads, approximately 70-75 tons per week, 50 tons of Alfalfa Hay and 25 tons of Grass Hay, beginning January 27, 2003 until completion of the full contract amount to Litchfield, CA. REQUIREMENTS: ITEM 0001: The 700 TONS OF ALFALFA HAY must be from 2nd cutting from 2002 Crop in accordance with the following specifications: 1) Domestically grown. 2) Sun-cured with no moisture damage, not heating. Properly stored and well cured. 3) The hay shall consist of these grasses/alfalfa; timothy grass only or a combination of timothy, brome, and orchard grass, used for food for domestic animals, cured, cut, and stored for fodder. 4) Hay shall be free of mold, dust, Russian thistle or Prickly herb, "cheat" grass, fox tails, corn stalks, bearded grain, and other long awns (spikelets), and any other weed or grass not considered healthy forage for domestic animals. 5) Hay shall be free from animal contamination, dangerous pesticides and foreign matter of any kind (i.e., wire, nails, or other debris). 6) Hay shall be cut with a crimper and baled with wire, or Rat and Rot-proof twine. 7) Bales shall be delivered direct from fields or barns via clean vehicles not used for transport of livestock. 8) Round bales or bales exceeding 130 pounds are not permissible. 9) Bales shall be uniform lengths; ragged bales shall not be accepted. 10) Bales with loose wire/twine or broken bales shall not be accepted. 11) Deliver to the Litchfield Holding Facility at 474-000 Highway 395 East in Litchfield, CA. Delivery and off-loading to be included in unit price. 12) Each load must be accompanied by a certified weight slip. 13) Variation in quantity 10%. ITEM 0002: The 300 TONS OF GRASS HAY Hay must be from 2002 Crop in accordance with the following specifications: 1) Domestically grown. 2) Sun-cured with no moisture damage, not heating. Properly stored and well cured. 3) The grass shall consist of these grasses; timothy grass only or a combination of timothy, brome, and orchard grass, used for food for domestic animals, cured, cut, and stored for fodder. 4) Grass shall be free of mold, dust, Russian thistle or Prickly herb, "cheat" grass, fox tails, corn stalks, bearded grain, and other long awns (spikelets), and any other weed or grass not considered healthy forage for domestic animals. 5) Grass shall be free from animal contamination, dangerous pesticides and foreign matter of any kind (i.e., wire, nails, or other debris). 6) Grass shall be cut with a crimper and baled with wire, or Rat and Rot-proof twine. 7) Bales shall be delivered direct from fields or barns via clean vehicles not used for transport of livestock. 8) Round bales or bales exceeding 130 pounds are not permissible. 9) Bales shall be uniform lengths; ragged bales shall not be accepted. 10) Bales with loose wire/twine or broken bales shall not be accepted. 11) Deliver to the Litchfield Holding Facility at 474-000 Highway 395 East in Litchfield, CA. Delivery and off-loading to be included in unit price. 12) Each load must be accompanied by a certified weight slip. 13) Variation in quantity 10%. DELIVERY SCHEDULE: Delivery shall be weekly, 3 truck loads (approximately 50 tons of alfalfa and 25 tons of grass) per week, beginning January 27, 2003 until completion of contract. CERTIFIED WEIGHT TICKETS: Tonnage shall be established at the Contractor's facility prior to shipment, and confirmed in writing. a) Total weight (per ton) shipped by the Contractor will be confirmed at destination (Litchfield, California). b) A State Certified Wight Ticket shall be provided to the Contracting Officer's Representative (COR) at destination. Delivery and off-loading shall be included in unit price. The hay shall be delivered, unloaded, and stacked by the Contractor at the following location: USDI, Bureau of Land Management, Litchfield Wild Horse and Bureau Holding Facility, 474-000 Highway 395 East in Litchfield, CA., Monday through Friday, 7:00 a.m. through 4:00 p.m. excluding Federal holidays. Three working days prior to shipping the hay, the Contractor shall furnish to the COR at Litchfield the following: a) Anticipated shipment date; b) anticipated total tonnage to be shipped, and; c) the name of carriers responsible for the shipment. This is a 100% set-aside for small business (See Note 1). The standard SIC/NAICS classification is 0139/111940. Size standard is $.5 million. The following Provisions and Clauses apply to this announcement: FAR clauses 52.212-1 and 3 thru 5 are applicable and this synopsis/solicitation incorporates all provisions and clauses in effect through Federal Acquisition Circular 2001-10. Addendum to 52.212-5: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE 1; 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS, 52.219-14 LIMITATIONS ON SUBCONTRACTING; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 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; 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.225-16 SANCTIONED EUROPEAN UNION COUNTRY SERVICES; 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION. 52.211-16 VARIATION IN QUANTITY (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing process, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase/decrease. This increase or decrease shall apply to each quantity specified in the delivery schedule. 52.214-3 AMENDMENTS TO INVITATION FOR BIDS; 52.214-4 FALSE STATEMENTS IN BIDS; 52.214-5 SUBMISSION OF BIDS; 52.214-6 EXPLANATION TO PROSPECTIVE BIDDERS; 52.214-7 LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF BIDS; 52.214-10 CONTRACT AWARD-SEALED BIDDING; 52.214-12 PREPARATION OF BIDS. Bids are due January 14, 2003 by 4:00 PM Mountain Time. Send bids by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Beverly C. Sechrest; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By EXPRESS or Hand Delivery: Department of the Interior, BLM, BC-663; Attention Beverly C. Sechrest; Mail Room, Entrance S-4; BLDG 50, Denver Federal Center; Denver, CO 80225. Submit bids to the address indicated above in accordance with FAR 52.212-1. Bids shall include the following items: 1) Pricing Schedule including unit price. 2) any prompt payment discount terms. 3) Completed 52.212-3 Representations and Certifications - Commercial Items (Feb 2002) (accessible at http://www.arnet.gov/far/). 4) List of three most recent customers having similar requirement (provide name, telephone number, and point of contact). 5) Include TIN and DUNS Number. 6) Offer must be signed. The anticipated award date is January 21, 2003 for a Firm Fixed Price contract. Requests for a copy of the solicitation must be faxed to 303-236-9470 if unable to gain access through this electronic commerce site.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=427547)
 
Place of Performance
Address: Litchfield, CA
Zip Code: 96117
Country: USA
 
Record
SN00232866-W 20030102/021231213453 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.