SOLICITATION NOTICE
87 -- 800 Ton Alfalfa Hay
- Notice Date
- 6/18/2013
- Notice Type
- Presolicitation
- NAICS
- 111940
— Hay Farming
- Contracting Office
- BLM UT-STATE OFC ADM SVCS BR(UT952)440 WEST 200 SOUTH, SUITE 500SALT LAKE CITYUT84101US
- ZIP Code
- 00000
- Solicitation Number
- L13PS00616
- Response Due
- 7/5/2013
- Archive Date
- 8/4/2013
- Point of Contact
- Jolyn M Goss
- E-Mail Address
-
jgoss@blm.gov
(jgoss@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNPOSIS/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 Bureau of Land Management, Fillmore, Utah has a requirement for 800 Tons of Alfalfa Hay, 1st, 2nd, or 3rd Crop, Mid Size Bales (approximately 800 lbs each). Part of this requirement may be fulfilled with alfalfa/oat or triticale mix as a portion of the tonnage. The solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-66 (April 1, 2013). The Solicitation Number for this Request for Quote is L13PS00616. 1. Medium Bales 800-1000 lbs each: 800 Tons - Unit Price $_______________ per ton Total Price $_______________ Statement of Work: 1. Contractor to provide approximately 800 tons of medium bales (approximately 800 lbs to 1000 lbs per bale) of alfalfa hay or as described above, suitable for horses and burros, to be delivered, offloaded and stacked where directed at the Wild Horse Corrals at 600 North 350 West, Delta, UT 84624. Contractor will supply forklift and/or any other equipment necessary to deliver, offload and stack the hay. Hay will be stacked or where the BLM representative has cleared an area. 2. Hay is to be clean alfalfa hay or alfalfa/oat or triticale mix the mix may only be a portion of the tonnage. Hay must have 15% cured protein, and free of mold, rain or snow damage, noxious weeds, grass, and fox tail. Hay is to be this year's 1st or 2nd or 3rd crop hay. Certified weed free is preferred. 3. Hay will be made available for inspection before delivery if the BLM representative or Contracting Officer requests such an inspection. If said inspection is not requested, the BLM representative reserves the right to inspect the hay upon delivery to ensure that these specifications have been met. Any hay rejected will be removed and replaced with acceptable hay at the contractor's expense. Hay must be weighed at a third party independent certified weigh station, and copies of all weigh slips shall be provided to the BLM representative. 4. Delivery shall be from August 1, 2013 September 1, 2013 as directed through the COR. Hours of delivery: 9:00 am - 4:00 pm, Monday - Friday, excluding Federal Holidays. It is recommended that contractor contact BLM representative to schedule deliveries. 52.212-02, Evaluation - Commercial Items. Technical Performance: Prospective Offer must be regularly established in the business called for. Offer must provide information regarding crop of hay. Offer must provide type of equipment used to offload and stack hay. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. Price. Technical and Past Performance, when combined are of significantly greater importance when compared to price. (b) A written notice of award or acceptance of an 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.252-2 Clauses Incorporated by Reference. (FEB 1998) ; 52.204-6 Data Universal Numbering System, Number. (DEC 2012) ; 52.204-7 Central Contractor Registration. (DEC 2012) ; 52.212-4 Contract Terms and Conditions - Commercial Items. (FEB 2012); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (DEC 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JAN 2013) - Alternate I (FEB 2000); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010);52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37, Employment Reports on Veterans (SEP 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-1, Buy American Act - Supplies (FEB 2009); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003);52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. (AUG 2011); 1452.232-99 Providing Accelerated Payment to Small Business Subcontractors; 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011); DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011); 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012); 52.212-2 Evaluation - Commercial Items. (JAN 1999) ; 52.212-3 Offeror Representations and Certifications-Commercial Items. (DEC 2012) The North American Industry Classification System number for this solicitation is 111940, size $.75M. Offers are due no later than 8:00 AM MST, July 5, 2013. This requirement is 100% set-aside for small business. All offerors must be registered in the System for Award Management (SAM). You may register at: www.SAM.gov. Government Point of Contact: JoLyn Goss Contracting Officer Bureau of Land Management PO BOX 45155 Salt Lake City, Utah 84145 Phone: 801-539-4165 Fax: 801-539-4222 Email: jgoss@blm.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/UT/L13PS00616/listing.html)
- Record
- SN03092254-W 20130620/130618234658-38b975fdad0bebd0038cd7a3ed84357a (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 |