Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2003 FBO #0574
SOLICITATION NOTICE

87 -- 220 tons of Alfalfa/Grass Mix Hay for Ridgecrest Corrals.

Notice Date
6/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM CALIFORNIA STATE OFFICE 2800 COTTAGE WAY, SUITE W-1834 SACRAMENTO CA 95825
 
ZIP Code
95825
 
Solicitation Number
BAQ030011
 
Response Due
7/11/2003
 
Archive Date
6/22/2004
 
Point of Contact
Sandy Fox Purchasing Agent 9169784522 sfox@ca.blm.gov;
 
E-Mail Address
Email your questions to 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
BLM Invitation for Bids, BAQ030011, 220 TONS OF ALFALFA/GRASS MIX HAY. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation number BAQ030011 applies and is issued for the following requirement: The Bureau of Land Management's Ridgecrest, CA Wild Horse and Burro Corral Facility has a requirement for 220 tons of Alfalfa/Grass Mix Hay. REQUIREMENTS: The 220 TONS OF ALFALFA/GRASS MIX HAY must contain 60% (+ or - 5%) alfalfa and 40% (+ or - 5%) grass (primarily bermuda grass), per bale, used for food for domestic animals, cured, cut, and stored for fodder. Hay shall be free from animal, contamination, dangerous pesticides and foreign matter of any kind (i.e., wire, nails, or other debris). Hay (alfalfa/grass mix) shall be from current year crop, mid-season cutting; be domestically grown; be leafy, green, well cured, properly stored and free of dust, mold, or heating; be free of any Russian Thistle or prickly herb, "Cheat" grass, and any other weed or grass not considered healthy forage for domestic animals. Hay (alfalfa/grass mix) shall not: i. contain less than 60% alfalfa (per bale); and, ii. contain more than 40% grasses (per bale); and, iii. have any bearded grain or any forage plant containing long awns (spikelets); iv. be from 1st cutting. BALE REQUIREMENTS: Shall be cut with crimper and baled with 3-strands of wire, or 3-strands of RAT and rot-proof twine; and, weigh no less than 90 pounds and not more than 140 pounds. Shall not: i. exceed 140 pounds per bale; ii. be less than 90 pounds per bale; iii. be baled in "round bales" (round bales will be rejected); and, iv. be ragged, have varying lengths, have wires or twine of unequal tension, or, be broken. v. consist of bales that are on top or bottom of stacks stored outside. vi. be rain damaged. 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 will be confirmed at destination (Ridgecrest, California). b. A State Certified Weight Ticket shall be provided to the Contracting Officer's Representative (COR) at destination. PACKAGING AND MARKING: Hay shall be prepared for delivery consistent with standard commercial practice and in a manner that will ensure arrival at destination in satisfactory condition. The Contractor shall be responsible for any/all damage occurring during transit. INSPECTION AND ACCEPTANCE: Inspection of all supplies provided and delivered hereunder shall be made by the Contracting Officer or his/her representative designated in writing by the Contracting Officer, at the designation, prior to acceptance. The Government reserves the right to have hay inspected by a Federal or State Inspector. Costs relating to inspection at the destination shall be borne by the Government. Hay not meeting the Specifications, shall be rejected. Any costs incurred by Contractor relating to the rejected hay shall be at Contractor's expense. Final acceptance of all deliverables shall be made by the Contracting Officer. INSPECTION AND ACCEPTANCE: 52.246-2 - INSPECTION OF SUPPLIES--FIXED-PRICE - AUG 1996 FIXED-PRICE: 52.246-16 - RESPONSIBILITY FOR SUPPLIES - APR 1984 DELIVERIES OR PERFORMANCE TIME: The Government requires delivery on or before August 1, 2003. 52.211-16 - VARIATION IN QUANTITY - APR 1984 ***** Three Percent (7 ton) increase, Three Percent (7 ton) decrease. ***** 52.211-17 - DELIVERY OF EXCESS QUANTITIES - SEP 1989 52.247-35 - F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES - APRIL 1984 The hay shall be delivered, unloaded, and stacked by the contractor at the following location: USDI, Bureau of Land Management Ridgecrest Wild horse and Burro Corral Facility 4 miles East of Ridgecrest, CA on Randsburg Wash Road UNLOADING AT DESTINATION: The Contractor shall be responsible for unloading and stacking the hay bales. The bales shall be stacked not less than 8 tiers high or more than 13 tiers high. NOTIFICATION OF DELIVERY: Three (3) work days prior to shipping the hay, the Contractor shall furnish to the Contracting Officer's Representative (COR) at Ridgecrest, the following: a. Anticipated shipment date; b. Anticipated total tonnage to be shipped; and c. The name of the carrier responsible for the shipment. DELIVERY TIMES: a. 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. b. 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 work day of the scheduled holiday. SHIPPING COSTS: The cost of transportation of all hay from shipping point(s) to the destination shall be paid by the Contractor and included in its unit price quoted for the item. Basis for payment shall be Certified Weight Tickets from State approved weight scales, as provided to the COR by the contractor upon delivery. This is a 100% set-aside for small business. The standard SIC/NAICS classification is 0139/111940. Size standard is $5 million. The following Provisions and Clauses apply to this announcement: FAR clauses 52.212-1 and 3 thru 5 are applicable and this synopsis/solicitation incorporates all provisions and clauses in effect through Federal Acquisition Circular 2001-10. Addendum to 52.212-5: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE 1; 52.216-24--LIMITATION OF GOVERNMENT LIABILITY; 52.216-25--CONTRACT DEFINITIZATION; 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS, 52.219-14 LIMITATIONS ON SUBCONTRACTING; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26 EQUAL OPPORTUNITY; 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.225-1--BUY AMERICAN ACT-SUPPLIES; 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.225-16 SANCTIONED EUROPEAN UNION COUNTRY SERVICES; 52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTOR REGISTRATION. 52.211-16 VARIATION IN QUANTITY (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing process, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase/decrease. This increase or decrease shall apply to each quantity specified in the delivery schedule. 52.214-4 FALSE STATEMENTS IN BIDS; 52.214-5 SUBMISSION OF BIDS; 52.214-6 EXPLANATION TO PROSPECTIVE BIDDERS; 52.214-7 LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF BIDS; 52.214-10 CONTRACT AWARD-SEALED BIDDING; 52.214-12 PREPARATION OF BIDS. Bids are due July 11, 2003 by 4:00 PM Pacific Standard Time. Send bids by U.S. Mail to: Department of the Interior; BLM, CA-944; Attention: Sandra Fox; 2800 Cottage Way, Room W-1834; Sacramento, CA 95825. Via FAX (916) 978-4444 or e-mail to sfox@ca.blm.gov. Submit bids to the address indicated above in accordance with FAR 52.212-1. Bids shall include the following items: 1) Pricing Schedule including unit price. 2) any prompt payment discount terms. 3) Completed 52.212-3 Representations and Certifications - Commercial Items (Feb 2002) (accessible at http://www.arnet.gov/far/). 4) Include TIN and DUNS Number. 6) Offer must be signed. The anticipated award date is July 18, 2003 for a Firm Fixed Price contract.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=493821)
 
Place of Performance
Address: Ridgecrest, California
Zip Code: 93555
Country: US
 
Record
SN00355941-W 20030626/030624213753 (fbodaily.com)
 
Source
FedBizOpps.gov 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.