Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

87 -- HAY COASTAL BERMUDA

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424910 — Farm Supplies Merchant Wholesalers
 
Contracting Office
Fort Hood DOC, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W90TKY93490001A
 
Response Due
9/10/2010
 
Archive Date
11/9/2010
 
Point of Contact
Madge A. Lewis, (254) 287-5730
 
E-Mail Address
Fort Hood DOC
(madge.lewis@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The Directorate of Contracting, Fort Hood, Texas is soliciting for Coastal Bermuda Hay. The solicitation number is W90TKY93490001A and is issued as an Invitation for Bids (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 2 August 2010. This procurement is 100% set aside for small business; the associated North American Industrial Classification System (NAICS) code for this procurement is 424910, Farm Supplies Merchant Wholesalers, with a small business size standard of 100 employees. The Government anticipates awarding a fixed-priced requirements type contract as a result of this solicitation. DESCRIPTION OF REQUIREMENT: The contractor shall provide an estimated 140 tons annually of quality Coastal Bermuda Hay, suitable to feed the Governments horses and mules at the Horse Cavalry Detachment, 1st Cavalry Division, Fort Hood, Texas. The Government contemplates award of a firm fixed-price supply requirements type contract consisting of a base year and two options years. The following contract line items (clins) apply: (Base Year) Line Item 0001, Coastal Bermuda Hay, (estimated) quantity - 140 and Actual Tons; Option Year One: Line Item 1001, Coastal Bermuda Hay, (estimated) quantity - 140 Actual Tons; Option Year Two: Line Item 2001, Coastal Bermuda Hay, (estimated) quantity - 140 Actual Tons. The contractor shall deliver the hay in accordance with the following Statement of Work: 1. SCOPE OF WORK: Contractor shall provide Coastal Bermuda Hay for the Cavalry Division Horse Detachment at Fort Hood, Texas, in accordance with the following minimum specifications, and terms and conditions contained elsewhere in this contract. 2. HOURS OF OPERATION: Deliveries shall be made during normal business hours from 7:30 a.m., to 4:30 p.m., Tuesday through Friday, excluding Federal holidays and scheduled installation training holidays. 3. ORDERING PROCEDURES: Orders will be placed by issuance of individual delivery orders. All hay shall be delivered to the Horse Cavalry Detachment, Building 75090, Fort Hood, Texas. Delivery orders shall be acknowledged within 24 hours of notification of issuance directly to the Contracting Officer (or designated representative) and the date and time of delivery will be coordinated at that time. All orders placed under this contract shall be completed within 10 calendar days of notification of award. Hay will be delivered by the ton, as needed. 4. CONTRACTOR REPRESENTATIVE: The Contractor shall designate, in writing, within 10 days of contact award, a point of contact that will coordinate delivery of hay as ordered. This individual shall be available by telephone during normal business hours for coordination with the government of deliveries and performance issues. Should that individual be absent from work for more than one business day, the Contractor shall designate an alternate point of contact that will act in the same capacity at least 24 hours prior to the scheduled absence of the primary point of contact. 5. PRODUCT SPECIFICATIONS: The Coastal Bermuda Hay provided under this contract shall not contain any native or foreign grasses mixed in such as Mexia, Kline Grass, Sudan, Johnson grass, Bluestem, or Dallas Grass. No supplement hay (such as Tifton Grass) is authorized. a. Hay provided shall provide a minimum 6% protein level, and be free of toxic substances (to include mold, fungus, insects, fertilizers and pesticide, insecticide or herbicide toxins). b. Hay shall contain less than 5% per bale of extraneous weed material (grass burrs, nettles, goat heads, etc.), mesquite thorns, or cactus. Absolutely no trash such as baling wire or road side trash, or any inedible substances not meant for feeding of horses or mules is tolerated. c. Hay shall be baled in square (or rectangular) bales. The weight of each bale shall be at least 60 pounds and no more than 75 pounds. Hay should be cut at a length and bound tight enough to allow it to stay compact and not fall apart or split open during transporting, off-loading, or when fed to animals. d. Hay shall be from the current year cutting or fall within the last cutting of the previous year. e. Any hay putting off a moldy smell or appearing moist/wet from condensation will be cause for rejection. f. Hay shall not be excessively dried out or sun cured. g. Hay shall be covered during transport to protect the load from exhaust, road residue, and inclement weather. h. It is the contractors responsibility to off-load all hay delivered to the Horse Cavalry Detachment. 6. QUALITY CONTROL: The Contractors Quality Control Program (QCP) shall include a method for testing and inspecting hay provided under this contract. The Contractor shall monitor the growth, cutting, baling, loading, transporting, delivery and off-loading of hay provided under this contract to ensure the specifications identified in this Statement of Work are adhered to. Hay that fails to meet the standards set forth above will be rejected by the Government upon delivery and shall be replaced by the Contractor at no additional cost to the Government and within established timelines for delivery. 7. INVOICES: The Contractor shall provide the Government a copy of the invoice and weight tickets at time of delivery. The Government will inspect each load in accordance with the quality assurance methods described below. An official (electronic) invoice shall be submitted through Wide Area Workflow as described in DFARS Clause 252.232-7003. 8. QUALITY ASSURANCE: The Government will surveil the Contractors performance as identified below. The Contracting Officer (or designated representative) - a. will conduct a thorough visual inspection of all hay prior to unloading; b. will conduct random inspections of hay by opening individual bales. The frequency of these; inspections will vary with each delivery and not all deliveries may be inspected in this manner; c. may conduct a laboratory test (at the Governments discretion) on the delivered hay to determine the protein content, digestible nutrients, percentage of toxic substances, and presence of extraneous weeds and debris; d. reserves the right to reject any delivery, either in part or in whole that does not conform to the requirements of this contract; and e. will require the contractor to replace any deficient hay within the timelines stipulated in the contract. The period of performance for this contract will begin on/about 01 October 2010 through 30 September 2011, with Option Year One commencing on 01 October 2011 through 30 September 2012, and Option Year Two commencing on 01 October 2012 through 2013. The place of delivery, inspection and acceptance is Fort Hood, Texas. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (as tailored in the attached addenda). The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Any contract awarded as a result of this solicitation will be evaluated on the basis of price and price related factors. All bidders must be Central Contractor Registered (CCR) and have a current Online Representations and Certification Application (ORCA) on file to be eligible to receive an award. Instructions for completing the on line representations and certification requirement are available at http://www.bpn.gov. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. A list of all applicable clauses is provided in the attached addenda. In addition to the standard FAR Part 12 clauses that govern commercial item acquisition, the attachment also includes clauses and provisions specific to sealed bidding solicitation procedures (FAR Part 14), requirements type contracts (FAR Part 16), and FAR Clause 52.217-5, Evaluation of Options. The date set for receipt of bids at Fort Hood, Texas is 10 September 10 at 1:30 p.m. Central Standard Time at the Mission and Installation Contracting Command, Directorate of Contracting, 1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544-5025. It is recommended that bidders mail or courier their bids in at least one business day prior to bid opening; express courier service providers have varying times when they deliver to our office. The point of contact for this acquisition is Madge Lewis, Contract Specialist. Ms. Lewis can be contacted by email at http://madge.lewis@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f26605f1fe9a260e902138396fe897c0)
 
Place of Performance
Address: Fort Hood DOC Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN02251157-W 20100825/100823235221-f26605f1fe9a260e902138396fe897c0 (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.