Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOLICITATION NOTICE

87 -- Provide and Deliver 150 Tons of Certified Seed & Weed Free Alfalfa Hay

Notice Date
2/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - AZ MABO - Arizona Major Acquisition Buying Office 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
P12PS20994
 
Response Due
3/2/2012
 
Archive Date
2/8/2013
 
Point of Contact
Shad A. Stoddard Contract Specialist 9286387435 Shad_Stoddard@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. The solicitation number is P12PS20994, and the solicitation is issued as a request for proposal (RFP). This solicitation is 100% Small Business Set-Aside. The North American Industry Classification Systems (NAICS) code is 111940. The Size Standard is $0.75 million. A firm, fixed price, requirements type contract is anticipated as a result of this combined synopsis/solicitation for a base year, and up to four option years should the government choose to exercise them, based on performance, and availability of funds, to the offeror providing the best value to the Government. Statement of Work: Alfalfa Hay Contract General: 150 tons of certified weed and seed free alfalfa hay shall be delivered yearly, divided into three shipments per year of 50 tons each. Deliveries shall be approximately once every four months, with anticipated delivery months being March, July, and November. Delivery shall be in the form of three string bales approximately 75 - 100 lbs. per bale. National Park Service Staff will contact the vendor to schedule delivery. Vendor is responsible for unloading delivery into barn. Inspection and Acceptance: In accordance with Grand Canyon National Park Standard Operating Procedures, all delivered hay shall be certified as free of noxious invasive plants and seeds by a certified officer through an official state program. Certification shall be obtained prior to shipment, and shall be presented to park service staff upon delivery. Weight tickets shall also be provided to park staff. If hay from multiple producers is delivered in one shipment, certification shall be presented for each producer's hay. Delivered hay shall be clean, free of mold, dirt, and litter. Park personnel who accept delivery will visually and physically inspect the bales of hay at time of delivery, and reserve the right to refuse any hay not meeting these standards, or deemed unsuitable to maintain standard of care for stock. Hay deemed unsuitable will be returned via delivery method, and replaced by vendor within two weeks. Return shipment and replacement will be at the vendor's expense. Delivery: Deliveries shall be requested by park service staff as needed, with a minimum 2 week notification prior to delivery. Delivery shall occur between the hours of 8 a.m. and 3:30 p.m. Arizona time, Monday through Friday, except federal holidays. Actual delivery date and times shall be coordinated with park service staff. Vendor shall be responsible for the offloading of hay via forklift, or hay squeeze. Park staff will not operate offloading equipment of any kind. The vendor shall provide all labor, equipment, personal protective gear for vendor employees, and supplies necessary for delivery and offloading of deliveries. Park service staff shall be present for deliveries to direct offloading into the hay barn or restacked outside, to receive weight tickets and weed free certification(s), and provide guidance. Park staff shall also provide in-park assistance by closing roads, escorting vehicles, and placing safety cones and barriers as needed. Because delivery operations will occur in a historic residential/official government use areas on narrow roads, and will require road closures and detours, vendor shall provide estimated arrival time approximately two hours prior to arrival. Each delivery shall combine for a total of 50 tons, and shall be delivered at one time (deliveries shall not be split during the day, or between days.) Delivery shall be made to Grand Canyon National Park, Hay Barn at the Sunset Livestock Facility, Sunset Road, Grand Canyon, AZ 86023. Price and Payment Schedule: The base year, and each option year is comprised of three deliveries per year. Each delivery shall be 50 tons. Vendor shall submit an invoice after delivery which includes date of delivery, total tonnage delivered, price per ton, sales tax if applicable, and delivery/freight charges. CLAUSES AND PROVISIONS: 52.212-1 ADDENDUM, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. SUBMISSION OF OFFERS: a. Proposals are to be submitted to National Park Service, Attn: Shad Stoddard, 1824 S. Thompson St, Flagstaff, AZ 86001. Submissions may also be submitted via email to: Shad_Stoddard@nps.gov, or via Fax: (928) 637-7005, Attn: Shad Stoddard. Fax and E-mail submissions will be accepted, however it is highly recommended that electronic submissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions." Incomplete submissions due to Fax or E-mail complications may not be considered. Proposals submitted through EC-IDEAS will not be accepted.Proposals Due by 4:00 pm Mountain Standard Time, Friday, March 2, 2012. b. Proposals shall conform to the below format, and provide a firm, fixed price for all line items. If state sales tax does not apply, indicate $0.00 in the sales tax field. Proposals shall also contain a narrative which gives a general description of your business, describes your experience in the raising or delivering alfalfa, and details the methods (squeeze/forklift, labor, and delivery) which will be used to deliver and offload deliveries. Proposal Format:Date:_______________________________________________________________________Your Business Name:__________________________________________________________Address:____________________________________________________________________DUNS Number:_______________________________________________________________Solicitation Number:__________________________________________________________Contact Name:_______________________________________________________________Phone:_____________________________________________________________________E-mail:_____________________________________________________________________Fax:_______________________________________________________________________ CLIN 0001, BASE YEAR, Period of Performance: March 19, 2012 - March 18, 2013, FOB Destination 0001AA - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________0001AB - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 0001AC - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ CLIN 1001, OPTION YEAR 1, Period of Performance: March 19, 2013 - March 18, 2014, FOB Destination 1001AA - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 1001AB - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 1001AC - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ CLIN 2001, OPTION YEAR 2, Period of Performance: March 19, 2014 - March 18, 2015, FOB Destination 2001AA - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 2001AB - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 2001AC - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ CLIN 3001, OPTION YEAR 3, Period of Performance: March 19, 2015 - March 18, 2016, FOB Destination 3001AA - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 3001AB - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 3001AC - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ CLIN 4001, OPTION YEAR 4, Period of Performance: March 19, 2016 - March 18, 2017, FOB Destination 4001AA - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 4001AB - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ 4001AC - 50 Tons of Alfalfa Hay Delivered - Price per Ton $_________50 Ton Cost $__________ Sales Tax $_________ Delivery/Freight $__________ Total Delivered Price $__________ (2) Past Performance References: Submit at least 2 references; companies that you have conducted business with for delivery of products that are similar to those listed in this solicitation. Please email your list of references to Shad Stoddard at the above address. Provide the following information for each reference no later than February 29, 2012: (1) Delivery Period(2) Company Name and Address(3) Point of Contact Name and Title(4) Phone Number(5) E-Mail Address(6) Description of Product DeliveredThe references will be asked to provide information on your company's past performance with regard to timeliness of delivery, quality of products, and business relations. The contracting officer will contact the references provided to obtain this information. Any other past performance information available to the Contracting Officer will also be considered. 52.212-2 EVALUATION, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Price - Prices will be analyzed to verify they are fair and reasonable IAW FAR 13.106-3. Proposal evaluation and contract award will be made by total quoted amount. Multiple awards will not be considered, award will be made on an all or none basis. Past Performance - The evaluation of past performance will be an assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance, but an offeror's overall past performance history. The Government is seeking to determine whether the offeror has consistently demonstrated a genuine concern for customer satisfaction, and timely delivery of quality goods. This determination is a matter of judgment. To be considered acceptable the offeror must receive at least a satisfactory past performance rating. Past performance we be evaluated on the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). A written notice of award or acceptance of offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to award without discussions. 52.212-4 ADDENDUM - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, The following paragraphs have been changed/added to FAR 52.212-4 Terms and Conditions - Commercial Items. 1.) Changes: ADMINISTRATIVE MODIFICATIONS: The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. 2.) Payment:Invoices shall be sent to Shad Stoddard at the above address. After a proper invoice is received, a Government representative will acknowledge acceptance and receipt of service. Upon Government acceptance payment will be made via EFT to the financial institution on file in CCR. Clause 52.204.07 Central Contractors Registration - Companies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database within 7 days of notification they are the apparent awardee, although immediate registration in CCR is highly recommended. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Clause 52.212-3 Offeror Representations and Certifications, Offerors shall provide a filled-in copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items with, or be electronically registered at http://orca.bpn.gov, no later than 7 days of notification they are the apparent awardee, although immediate registration is highly recommended. Offerors that fail to self-certify in ORCA and/or register in CCR may be excluded from consideration. All FAR and DIAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil, or http://acquisition.gov/comp/far/index.html. Clause 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following clauses are hereby incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-08 Option to Extend Services; 52.217-09 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business; 52.219-28 Post Award Small Business Program Representation; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-3 Convict Labor; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract - Price Adjustment (Multiple Year and Option Contracts); 52.222-50 Combating Trafficking in Persons; 52.223-10 Waste Reduction Program; 52.223-5 Pollution Prevention and Right-to-Know; 52.223-18 Encourage Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36 Payment by Third Party; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concerns; 52.225-1 Buy American Act-Supplies; 52.237-2 Protection of Government Building, Equipment, and Vegetation; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) One or more clauses by reference are incorporated into this contract with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS20994/listing.html)
 
Place of Performance
Address: Grand Canyon National Park, Coconino County, Grand Canyon AZ 86023
Zip Code: 860230129
 
Record
SN02672128-W 20120211/120210114528-3aeb13b218a1a62a293c0c49e2127cb5 (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.