Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2003 FBO #0418
SOLICITATION NOTICE

87 -- Hay - 7,020 Tons over 36 Month Period

Notice Date
1/22/2003
 
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
NAB030024
 
Archive Date
1/22/2004
 
Point of Contact
Steven Santoro Contracting Officer 3032363518 Steven_Santoro@blm.gov
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Invitation for Bids, NAB030024, ESTIMATED 2,340 TONS OF GOOD QUALITY ALFALFA HAY OVER A 12-MONTH PERIOD, WITH TWO 12-MONTH OPTIONS FOR THE SAME AMOUNT TO BE DELIVERED EACH YEAR. 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 NAB030024 applies and is issued as an Invitation for Bid (IFB) for the following requirement: The Bureau of Land Management's Elm Creek, NE Holding Facility has a requirement for an estimated 1,950 tons of good quality alfalfa hay, delivered in increments of up to 195 tons per month, which includes an estimated 700 small square bales per month, from July 1, 2003 to June 30, 2004, with an option for 2 more 12-month periods. The quantities of hay specified are estimates only and are not guaranteed by the Government. REQUIREMENTS: ITEM 0001: The hay must be provided in accordance with the following specifications: 1) Good quality hay for the feeding of 400-500 wild horses and burros per day. 2) The Contractor shall coordinate all deliveries with the Bureau of Land Management's (BLM) Contracting Officer's Representative (COR), and the contractor for the EC Feeding contract. The Hay Contractor will unload all small square bales into the BLM hay shed. The EC Feeding Contractor will unload the round bales with their on-site tractor. As a result, the Contractor must coordinate all round bale load deliveries with the COR and EC Feeding Contractor. 3) The primary, large volume feeding of alfalfa hay is through the use of large round bales, which will be the largest amount of hay required by the hay contractor. EC also feeds animals in the smaller load pens and sick pens using small square bales. It is estimated that BLM will need approximately 700 small square bales on a monthly basis. However, this quantity may vary from month to month, depending on the number of animals being maintained in sick pens and the number of animals being unloaded at the facility. 4) Requirements for Large Alfalfa Round Bales are as follows: Protein level of 16% or higher, Relative Feed Value of 125 or higher, Weed level of less than 5%, Grass level of less than 5%, Moisture content of less than 18%, Contractor must provide a hay test upon request by the COR within 10 days of delivery and Contractor shall submit a weigh ticket for each load to verify weight delivered. 5) Requirements for Small Alfalfa Square Bales are as follows: Protein level of 16% or higher, Relative Feed Value of 125 or higher, Weed level of less than 5%, Grass level of less than 5%, Moisture content of less than 18%, A bale shall weight between 65 pounds and 85 pounds, Contractor must provide a hay test upon request by the COR within 10 days of delivery, Contractor shall submit a weigh ticket for each load to verify weight delivered and Contractor shall be delivered/unloaded as directed by the COR. 6) All hay will be free of dust, mold and heating. All deliveries will be inspected by the on-site COR/PI and either approved or rejected for non-compliance before unloading. The COR shall direct the Contractor to correct any nonconforming deliverables and confirm such direction in writing to the Contractor, with copies going to the Contracting Officer. Deliveries will be made during normal business hours, Monday - Friday between 8 a.m. - 4 p.m., and coordinated with the COR and EC Feeding Contractor. Weekend deliveries will be permitted only with the approval of the COR and when coordinated with the EC Feeding Contractor. Weigh tickets will be provided to the COR upon hay delivery. The COR will use weigh tickets to verify the tonnage shipped prior to inspection and eventual acceptance of each shipment. The Contractor will be reimbursed for the actual quantity of alfalfa hay shipped. The hay shall be delivered, unloaded and stacked (small square bales) by the Contractor at the following location: Bureau of Land Management, Elm Creek Wild Horse & Burro Center, 505 100th Road, Elm Creek, NE 68836. 7) All hay shall be transported using standard commercial practices for the shipment of alfalfa hay, in vehicles compliant with local, State and Federal regulations concerning the transport of alfalfa hay. This is a 100% set-aside for small business (See Note 1). The standard SIC/NAICS classification is 0139/111940. Size standard is $.75 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; 52.216-1 TYPE OF CONTRACT - Requirements; 52.216-5 PRICE REDETERMINATION-PROSPECTIVE (c) end of the base year, 2 months, (d) 30 days, 10 days, (d)(ii) first; 52.217-08 OPTION TO EXTEND SERVICES 10 days; 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from Date of Award through 42 Calendar Months. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (d) Award of a contract constitutes the first delivery order of the contract. Subsequent orders shall be issued orally by the Contracting Officer's Representative (COR). The COR will schedule the delivery of hay with the Contractor. 52.217-09 OPTION TO EXTEND THE TERM OF THE CONTRACT 10, 30, (c) 42 months; 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 February 25, 2003 by 3:00 PM Mountain Time. Send bids by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Steve Santoro; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Steve Santoro; 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. Quotes 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 March 12, 2003 for a Firm Fixed Price, Requirements Type contract. Requests for a copy of the solicitation must be faxed to 303-236-9421 if unable to gain access thru 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=431110)
 
Place of Performance
Address: Elm Creek, Nebraska
Zip Code: 688360156
Country: US
 
Record
SN00244743-W 20030124/030122213642 (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.