Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOLICITATION NOTICE

87 -- Good Quality Hay - Large Square Bales

Notice Date
3/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC660, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAB030056
 
Archive Date
3/2/2004
 
Point of Contact
Steven Santoro Contracting Officer 3032363518 Steven_Santoro@blm.gov; Marty Coffey Procurement Technician 3032369439 Martha_Coffey@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Invitation for Bids, NAB030056, A MINIMUM of 250 TONS and a MAXIMUM of 1,000 TONS OF GOOD QUALITY ALFALFA HAY TO BE DELIVERED 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 NAB030056 applies and is issued as an Invitation for Bid (IFB) for the following requirement: The Bureau of Land Management's Paul's Valley, OK Holding Facility (PV) has a requirement for a maximum of 1,000 tons of good quality alfalfa hay, delivered in estimated increments of up to 150 tons per month. REQUIREMENTS: ITEM 0001: It is expected that the majority of deliveries will occur between October 1 and April 30 of each year. 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 PV Feeding Contract. The Feeding Contractor will unload the hay bales with their on-site tractor. As a result, the Contractor must coordinate all deliveries with the COR. 3) Requirements for Large Alfalfa Square Bales are as follows: Protein level of 18% or higher, Relative Feed Value of 150 or higher, Weed level of less than 5%, Grass level of less than 5%, Moisture content of less than 18%. A hay test must be performed within 30 days prior to each delivery and presented at the time of delivery. The Contractor shall submit a weigh ticket for each load to verify the weight delivered. All hay will be free of dust, mold and heating. It must be leafy, green, well cured, properly stored, and free of dust, mold or heating. It shall also be free of any Russian thistle or Prickly herb, cheat grass, and any other weed or grass not considered healthy forage for domestic animals. Hay shall be blister beetle free. If any beetles are found, the Contractor shall replace the entire load at its own expense. Hay bales shall be no smaller than 3 ft x 3 ft x 8 ft. All bales shall be large square. Large round bales will be rejected. 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 the Feeding Contractor. Weekend deliveries will be permitted only with the approval of the COR and when coordinated with the Feeding Contractor. The Contractor shall provide weigh tickets 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 by the Contractor and then unloaded and stacked by the Feeding Contractor at the following location: Bureau of Land Management, Rt 3, Box 207A, Pauls Valley, OK 73075. 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 2001-12. Addendum to 52.212-5: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE 1; 52.216-1 TYPE OF CONTRACT - Indefinite Delivery, Indefinite Quantity; 52.216-5 PRICE REDETERMINATION-PROSPECTIVE (c) end of the base year, 2 months, (d) 30 days, 10 days, (d)(ii) first; 52.217-06 OPTION FOR INCREASED QUANTITY 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. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) 20 tons, (b)(1) the maximum amount of the contract, (b)(2) the maximum amount of the contract, (b)(3) 5, (d) 7; 52.216-22 INDEFINITE QUANTITY (OCT 1995) The end date listed on the contract; 52.217-05 EVALUATION OF OPTIONS; 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; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION; 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 April 1, 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 (Jul 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 April 2, 2003 for a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity Type contract.
 
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=445504)
 
Place of Performance
Address: Bureau of Land Management Rt 3, Box 207A Pauls Valley, OK 73075
Zip Code: 73075
Country: US
 
Record
SN00268219-W 20030305/030303213437 (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.