Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2009 FBO #2749
SOLICITATION NOTICE

87 -- BURNS HAY 2009, IDIQ

Notice Date
6/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS00663
 
Response Due
6/25/2009
 
Archive Date
7/25/2009
 
Point of Contact
Bert Ullrey, 503-808-6230, wullrey@blm.gov<br />
 
E-Mail Address
Bert Ullrey
(wullrey@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. L09PS00663 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System (NAICS) code is 111940; small business size standard of $.75 million. This is a total set-aside for small business. This will be a firm fixed-price contract for the Bureau of Land Management. SUPPLY AND DELIVER: The government intends to award multiple awards for each item for one (1) year base with one (1) option year firm fixed price, indefinite delivery/indefinite quantity (IDIQ) type contract. Award of the option year will be at the discretion of the government. MINIMUM/ MAXIMUM ORDERS: Minimum services to be rendered will not be less than $5,000 for each contract. The maximum amount of services to be rendered shall be no more than $300,000 for each contract. Delivery orders will be issued against the resultant contract(s). The contractor shall perform no work prior to receipt of a delivery order. Base year: date of award through June 30, 2010; Item 1 - 500 Ton - Summer Season; Item 2 - 500 Ton - Fall Season; Item 3 - 500 Ton - Spring Season. Delivery is required as stated in each task order issued. TECHNICAL SPECIFICATIONS: Hay shall be pure alfalfa, a mixture of alfalfa and grasses, or straight grasses. Acceptable grasses are orchard grass, fescue, timothy, and bluegrass. Hay shall have a dry matter crude protein value equal to or greater than 14 percent. Hay shall have a dry matter Acid Detergent Fiber (ADF) value equal to or less than 39 percent. Hay shall be leafy, dark green, well cured and free from bleaching, dust, mold or heating. Hay that has been exposed to wet weather conditions and containing moisture will not be accepted. No bottom bales will be accepted if stored outside and no top bales will be accepted unless hay has been under a non leaking cover and show no damage. Hay shall not have any foxtail, bearded grain, or any forage plant containing long awns. Hay shall be free of weeds. Hay shall be cut with crimper and baled with rot-proof twine. Bales are to weigh no more than 1300 pounds each. Maximum bale size shall not exceed 4 feet by 4 feet by 8 feet. Round bales and or two and three string bales will not be accepted. Hay shall have been baled in calendar year 2009-2010 and purchased on three items: Item 1 - Summer Season (June-September); Item 2 - Fall Season (October-February); Item 3 - Spring Season (March-May). Contractor shall provide laboratory tests verifying dry matter crude protein and ADF values. The Government will verify values through independent laboratory analysis before delivery. SHIPPING AND DELIVERY, PERFORMANCE AND ACCEPTANCE: 1) Delivery shall be made within two (2) weeks upon issuance of Delivery Order. Specific requirements will be identified on "delivery orders" placed on an "as needed" basis by Contracting Officer (CO) or other ordering official designated by the CO. Delivery Order may be placed by phone, mail, e-mail or fax. 1) Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the BLM Wild Horse Corrals located at 26755 Highway 20 West, Hines, Oregon 97738. Provide at least 48-hour notification to the COR prior to delivery due to locked gates. Delivery shall be made between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, holidays excluded. The hay shall be delivered, unloaded, and stacked by the contractor; 2) Acceptance - Measurement for payment will be based on actual weight derived from official scale tickets. Scale tickets must be complete with gross and tare weights, description or truck number, hay suppliers name, where the hay is to be delivered, date and official name of weigher. Each delivery or truck load shall have scale tickets. Final inspection and acceptance of hay will be made by the COR or Project Inspector at the place of delivery. QUOTATIONS SHALL INCLUDE: 1) Unit price and Total Amount for the base year and Option Year 1; 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. 2) Quoters shall submit signed and dated quotes on letterhead stationary. EVALUATION FACTORS FOR AWARD - Award will be made on an item basis including pricing for the option year, to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include past performance of the quoter. Past performance information may be based on the Government's knowledge of and previous experience with the quoter, or other reasonable basis. Evaluation of options shall not obligate the Government to exercise the option(s) and FAR 52.212-2 Evaluation - Commercial Items. Multiple awards for each item may be made as a result of this notice. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by reference): 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (including 52.216-27, 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-3, 52.225-13, 52.232-29, and 52.232-33), 52.219-9 Variation in Quantity to be plus or minus 5 percent. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by full text): 52.216-18 Ordering (Oct 1995)(a) Ordering (from date of award to June 30, 2010); 52.216-19 Order Limitations (a) minimum order: 25 tons; (b) maximum order: (1) single order - 500 tons, (2) combination of items - 500 tons (3) series of order in 7 days; and 52.216-22 Indefinite Quantity (contractor shall not be required to make any deliveries after June 30, 2010. 52.217-9 Option to Extend the Term of the Contract (NTE base year and 1 option year). TASK ORDER OMBUDSMAN: 1510-52.216-70 - The task order contract ombudsman for this contract is: Lynnial E. Trusty Jr., Bureau of Land Management, Oregon State Office (952), 333 S. W. 1st Ave., P. O. Box 2965, Portland, Oregon 97208, telephone number (503) 808-6302, facsimile number (503) 808-6312, and e-mail address lynnial_tursty@blm.gov. In accordance with FAR 16.505(b)(4), the ombudsman shall review complaints from contractors regarding contracts awarded under Solicitation Number L09PS00663, Burns Hay 2009, IDIQ, Burns District Office. Failure of an agency to follow ombudsman advice may result in termination of the agency's authority to place orders. Quotations shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon, 97208, or facsimile at (503) 808-6312, or e-mail at or952mb@blm.gov by 11:59 PM local time on or before June 25, 2009. For questions, contact Bert Ullrey at (503) 808-6230.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L09PS00663/listing.html)
 
Record
SN01835724-W 20090606/090604235032-fcf6247c56780a520db1cedfe0e6cf66 (fbodaily.com)
 
Source
FedBizOpps 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.