Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2006 FBO #1809
SOLICITATION NOTICE

87 -- Hay for Burns Wildhorse Corrals, Burns District, Oregon

Notice Date
11/7/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE PORTLAND OR 97208
 
ZIP Code
97208
 
Solicitation Number
HAQ073005
 
Response Due
11/20/2006
 
Archive Date
11/7/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation HAQ073005 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-13. The North American Industry Classification System (NAICS) code is 111940; small business size standard of $.75 million. This is a total set-aside for small business. This will be a firm fixed-price contract for the Bureau of Land Management. SUPPLY AND DELIVER 500 tons of hay. Delivery is required on or before November 30, 2006. This solicitation has 1 line item. TECHNICAL SPECIFICATIONS: Hay shall be pure alfalfa or a mixture of alfalfa and grasses; Acceptable grasses are orchard grass, fescue, timothy, and bluegrass. Hay shall have a dry matter crude protein value equal to or greater than 14 percent. Hay shall have a dry matter Acid Detergent Fiber (ADF) value equal to or less than 39 percent. Hay shall be leafy, dark green, well cured and free from bleaching, dust, mold or heating. Hay that has been exposed to wet weather conditions and containing moisture will not be accepted. Hay shall not have any foxtail, bearded grain, or any forage plant containing long awns. Hay shall be free of weeds. Hay shall be cut with crimper and baled with rot-proof twine. Round bales are not acceptable. Bales are to weigh no more than 1300 pounds each. Maximum bale size shall not exceed 3 feet by 3 feet by 8 feet or 3 feet by 4 feet by 8 feet. Hay shall have been baled in calendar year 2006. Contractor shall provide to the COR laboratory tests verifying dry matter crude protein and ADF values through independent laboratory analysis before delivery. SHIPPING AND DELIVERY, PERFORMANCE, AND ACCEPTANCE: 1) Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the BLM Wild Horse Corrals located at 26755 Highway 20 West, Hines, Oregon 97738; Provide at least 48-hour notification to the Contracting Officer's Representative prior to delivery due to locked gates. Delivery shall be made between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, holidays excluded; The hay shall be delivered, unloaded, and stacked by the contractor; 2) Acceptance - Measurement for payment will be based on actual weight derived from official scale tickets. Scale tickets must be complete with gross and tar weights, description or truck number, hay suppliers name, where the hay is to be delivered, date and official name of weigher. Each delivery or truck load shall have scale tickets. Final inspection and acceptance of supplies will be made by the Government at the place of delivery. EVALUATION FACTORS FOR AWARD - Award will be made to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include past performance of the quoter. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, or other reasonable basis. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. QUOTATIONS SHALL INCLUDE: 1)Unit price and Total Amount; 2)FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. 3) Quoters shall submit signed and dated quotes on letterhead stationary. APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by reference): 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (including 52.219-6, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.225-3, 52.225-13, 52.232-29, and 52.232-33) and 52.219-9 Variation in Quantity to be plus or minus 5 percent. Quotations shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon, 97208, or facsimile at (503) 808-6312, or e-mail at or952mb@or.blm.gov by 11:59 PM Pacific Standard Time on or before November 20, 2006. For questions contact Jessica Clark at (503) 808-6226. See Numbered Note(s): 1
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1197662)
 
Place of Performance
Address: Burns District, Oregon
Zip Code: 97738
Country: USA
 
Record
SN01177581-W 20061109/061107221011 (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.