SOLICITATION NOTICE
87 -- 87 - Alfalfa Hay/Grass
- Notice Date
- 6/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM NATIONAL BUSINESS CENTER BC660, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
- ZIP Code
- 80225
- Solicitation Number
- NAB030098
- Response Due
- 7/15/2003
- Archive Date
- 6/29/2004
- Point of Contact
- Steven Santoro Contracting Officer 3032363518 Steven_Santoro@blm.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
- BLM Invitation for Bids, NAB030098, 2,400 TONS OF GOOD QUALITY ALFALFA HAY TO BE DELIVERED TO BLM PALOMINO VALLEY HOLDING FACILITY IN RENO, NV AND 650 TONS OF GOOD QUALITY ALFALFA HAY AND 350 TONS OF GRASS HAY TO BE DELIVERED TO BLM LITCHFIELD CORRALS IN LITCHFIELD, CA. 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 NAB030098 applies and is issued as an Invitation for Bid (IFB) for the following requirement: The Bureau of Land Management (BLM), National Wild Horse and Burro Center at Palomino Valley has a requirement for 2400 tons of alfalfa hay, 2002 barn stored or 2003 second cutting. The Bureau of Land Management (BLM) Litchfield Wild Horse and Burro Corrals has a requirement for 650 tons of alfalfa hay, 2002 barn stored or 2003 second cutting, and 350 tons of grass hay, 2003 cutting. REQUIREMENTS: GENERAL: The alfalfa hay for both facilities shall be 95% alfalfa with not more than 5% grasses (per bale), and the grass hay shall consist of timothy grass or a combination of timothy, brome and orchard grass only. No Bermuda hay will be allowed. All hay shall be used for food for domestic animals, cured, cut, and stored for fodder. BALE REQUIREMENTS: The bales shall be provided in accordance with the following specifications: 1) Shall be cut with crimper and baled with 3-strands of wire, or 3-strands of RAT and rot-proof twine. 2) Shall weigh no less than 100 pounds and no more than 140 pounds. 3) Shall not be baled in "round bales" (round bales will be rejected). 4) Shall not be ragged, have varying lengths, have wires or twine of unequal tension, or be broken. 5) Shall not consist of bales that are on top or bottom of stacks stored outside. 6) Shall not be rain damaged. ITEM 0001: Alfalfa Hay - Palomino Valley, NV. Hay must be provided in accordance with the following specifications: 1) Shall be 95% alfalfa with not more than 5% grasses (per bale). 2) Shall be suitable for food for domestic animals, cured, cut, and stored for fodder. 3) Shall be from 2002 barn stored or 2003 crop second cutting. 4) Shall be domestically grown. 5) Shall be leafy, green, well cured, properly stored and free of dust, mold, or heating. 6) Shall be free of any Russian Thistle or prickly herb, "Cheat" grass, and any other weed or grass not considered healthy forage for domestic animals. 7) Shall not contain more than 5% grasses (per bale). 8) Shall not have any bearded grain or any forage plant containing long awns (spikelets). ITEM 0002: Alfalfa Hay - Litchfield, CA. Hay must be provided in accordance with the following specifications: 1) Shall be 95% alfalfa with not more than 5% grasses (per bale). 2) Shall be suitable for food for domestic animals, cured, cut, and stored for fodder. 3) Shall be from 2002 barn stored or 2003 crop second cutting. 4) Shall be domestically grown. 5) Shall be leafy, green, well cured, properly stored and free of dust, mold, or heating. 6) Shall be free of any Russian Thistle or prickly herb, "Cheat" grass, and any other weed or grass not considered healthy forage for domestic animals. 7) Shall not contain more than 5% grasses (per bale). 8) Shall not have any bearded grain or any forage plant containing long awns (spikelets). ITEM 0003: Grass Hay - Litchfield, CA. Hay must be provided in accordance with the following specifications: 1) Shall be suitable for food for domestic animals, cured, cut, and stored for fodder. 2) Shall be from 2003 crop Grass Hay. 3) Shall be domestically grown. 4) Shall be leafy, green, well cured, properly stored and free of dust, mold, or heating. 5) Shall be free of any Russian Thistle or prickly herb, "Cheat" grass, and any other weed or grass not considered healthy forage for domestic animals. 6) Shall not contain anything other than timothy, brome, and orchard grass. 7) Shall not have any bearded grain or any forage plant containing long awns (spikelets). Deliveries shall be coordinated with the respective facilities and made as follows: Item 0001 - 1,200 tons between August 1, 2003 and August 15, 2003 1,200 tons between September 16, 2003 and September 30, 2003 Item 0002 - 325 tons between August 15, 2003 and August 31, 2003 325 tons between September 1, 2003 and September 15, 2003 Item 0003 - 350 tons between August 1, 2003 and August 15, 2003 UNLOADING: The hay shall be delivered, unloaded, and stacked by the contractor at the following locations: National Wild Horse and Burro Placement Center at Palomino Valley (PVC) 15780 State Route #445 Reno, Nevada 89510 Litchfield Wild Horse and Burro Corrals 474-000 Hwy 395 East Litchfield, CA 96117 The Contractor shall be responsible for unloading and stacking the hay bales under the hay shed and in other designated areas at PVC and Litchfield corrals. The bales shall be stacked not less than 8 tiers high or more than 13 tiers high. All bales placed on the ground need to be on edge, to reduce hay loss. Three (3) work days prior to shipping the alfalfa, the Contractor shall furnish to the Contracting Officer's Representative (COR) at PVC and 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. Delivery at the PVC corrals shall be made between the hours of 7:30 a.m. and 4:00 p.m., local time, Monday through Friday, excluding weekends and national holidays. Delivery at the Litchfield Corrals shall be made between the hours of 6:00 a.m. and 3:00 pm., local time, Monday through Friday, excluding weekends and national holidays. 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 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. 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 100% set-aside for small business. The standard NAICS classification is 111940. Size standard is $.75 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 2001-13. Addendum to 52.212-5: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE 1; 52.216-1 TYPE OF CONTRACT - Firm Fixed Unit Price; 52.216-5; 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; 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES; 52.225-16 SANCTIONED EUROPEAN UNION COUNTRY SERVICES; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR REGISTRATION; 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. 52.214-3; AMENDMENTS TO INVITATION FOR BIDS; 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 15, 2003 by 3:00 PM Mountain Time. Send bids by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Steve Santoro; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Steve Santoro; Mail Room, Entrance S-4; BLDG 50, Denver Federal Center; Denver, CO 80225. Bidders may submit a bid for any or all of the items. An award will be made to the lowest bidder for each item. Submit bids to the address indicated above in accordance with FAR 52.212-1. Quotes 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 (Jul 2002) (accessible at http://www.arnet.gov/far/). 4) List of three most recent customers having similar requirement (provide name, telephone number, and point of contact). 5) Include TIN and DUNS Number. 6) Offer must be signed. The anticipated award date is July 21, 2003 for a Firm Fixed Unit Price Type contract.
- Web Link
-
Please click here to view more details.
(http://www.eps.gov/spg/DOI/BLM/NBC/NAB030098/listing.html)
- Record
- SN00360946-F 20030702/030630221714 (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 |