SOLICITATION NOTICE
87 -- 400 TONS OF GRASS HAY FOR LITCHFIELD CORRALS
- Notice Date
- 7/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 311119
— Other Animal Food Manufacturing
- Contracting Office
- BLM CA-STATE OFC BUS SVC BR (CA944)2800 COTTAGE WAY, SUITE W-1834SACRAMENTOCA95825US
- ZIP Code
- 00000
- Solicitation Number
- L13PS00733
- Response Due
- 7/22/2013
- Archive Date
- 8/21/2013
- Point of Contact
- Traci D Thaler
- Small Business Set-Aside
- Total Small Business
- Description
- Bureau of Land Management (BLM) California State Office is issuing this combined synopsis/solicitation under commercial items procedures in accordance with Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only request for quotations (RFQ) and a written solicitation will not be issued. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-66, dated April 1, 2013. This RFQ is set-aside for small business concerns. The North American Standard Industrial Classifications System (NAICS) Code is 311119-Grass Hay prepared as feed for animals; small business size standard is 500 employees; Product Service Code (PSC) 8710 Forage and Feed. GRASS HAY: FOR THE FEEDING OF WILD HORSES AT THE LITCHFIELD CALIFORNIA HOLDING FACILITY. GENERAL: The Bureau of Land Management (BLM), Litchfield Wild Horse and Burro corral facility has a need for 400 tons of hay for animals. GRASS HAY Must be from 2013 crops in accordance with the following specifications: a. Domestically grown b. Sun-cured with no moisture damage, not heating. Properly stored and well cured. c. The hay shall consist of these grasses; timothy grass only or a combination of timothy, brome and orchard grass, used for food for domestic animals, cured, cut, and stored for fodder. d. Free of mold, dust, Russian Thistle or Prickly herb, cheat grass, fox tails, corn stalks, bearded grain, and other long awns (spikelets), and any other weed or grass not considered healthy forage for domestic animals. e. Free from animal contamination, dangerous pesticides and foreign matter of any kind (i.e., wire, nails, or other debris). f. Hay shall be cut with a crimper and bailed with wire, or Rat and Rot-proof twine. g. Bales shall be delivered direct from fields or barns via clean vehicles not used for transport of livestock. h. Round bales and Big Bales are not permissible. i.Small bales exceeding 150 pounds per bale are not permissible. j. Bales shall be uniform lengths; ragged bales shall not be accepted. k. Bales with loose wire/twine or broken bales shall not be accepted. l. Delivered to the Litchfield Wild Horse & Burro Corrals, located at 474-000 Hwy 395 E., Litchfield, CA 96117 m. Delivery schedule as follows: 400 Ton to be delivered one (1) load bi-weekly beginning August 1, 2013 through August 29, 2014. n.Delivery schedule may require adjustment dependent on authorized gathers and receipt of new animals. o. Delivery, off-loading and stacking in BLM barn to be included in unit price. p. Each load to be accompanied by certified weight slip. CERTIFIED WEIGHT TICKETS: Tonnage shall be established at the Contractor's facility prior to shipment, and confirmed in writing. a) Total weight (per ton) shipped by the Contractor shall be confirmed at destination (Litchfield, California). A State Certified Weight Ticket shall be provided to the Contracting Officer's Representative (COR) at destination. PLACE OF DELIVERY: The hay shall be delivered, unloaded, and stacked by the contractor at the following location: USDI, Bureau of Land Management Litchfield Wild horse and Burro Corral Facility located 474-000 Hwy 395 E, Litchfield, CA 96117 (21 miles east of Susanville, CA on US Highway 395). NOTIFICATION OF DELIVERY Three (3) work days prior to shipping the hay, the Contractor shall furnish to the Contracting Officer's Representative (COR) at Litchfield, the following: a) Anticipated shipment date; b) Anticipated total tonnage to be shipped; and c) The name of the carrier responsible for the shipment. UNLOADING AT DESTINATION a. The Contractor shall be responsible for unloading and stacking the hay bales in designated areas at the Litchfield corral. The bales shall be stacked not less than 6 tiers high or more than 11 tiers high. All bales placed on the ground need to be on edge, to reduce hay loss. Initial delivery contact COR three (3) workdays prior to shipping the Grass Hay, the Contractor shall furnish to the Contracting Officer's Representative (COR) the following: 1. Anticipated shipment date; 2. Anticipated total tonnage to be shipped; and 3. The name of the carrier responsible for the shipment. b. Delivery shall be made between the hours of 7:00 a.m. and 4:00 p.m., local time, Monday through Friday, excluding weekends and national holidays. c. If an emergency occurs, deliveries may be requested for a Saturday, Sunday, or national holiday, providing the Contractor notifies the COR on the preceding Friday and/or within the preceding workday of the scheduled holiday. d. The Contractor shall provide weigh tickets to the COR (to be determined at time of award) 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 shipped. e. All hay shall be transported using standard commercial practices for the shipment of hay, in vehicles compliant with local, State and Federal regulations concerning the transport of hay. This is a complete list of the specifications. 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. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items applies. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition along with the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The clause 52.232-18 Availability of funds applies, 52.211-16 Variation in quantity (15% plus/or minus AUTHORIZED BY CONTRACTING OFFICER ONLY). Additional billing clauses and contract clauses are included in the document L13PS00733. Proposals are due JULY 22, 2013 1:00 PM Pacific Daylight Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, 2800 Cottage Way, W-1623; Attention: Traci D. Thaler- L13PS00733; Sacramento, CA 95825. By express or hand delivery: Department of the Interior; 2800 Cottage Way, W-1623; Attention: Traci D. Thaler- L13PS00733; Sacramento, CA 95825. By facsimile to (916) 978-4444; attention Traci D. Thaler. Proposals may also be sent via pdf to email blm_ca_solicitations@blm.gov. Hard copies of the solicitation will not be provided. Offerors must be registered at http://www.sam.gov to be eligible for award of a contract. END OF COMBINED SYNOPSIS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/L13PS00733/listing.html)
- Record
- SN03112106-W 20130712/130710235023-875fbb206ddf9c695e78854f9ad14dd9 (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 |