MODIFICATION
F -- HAY PURCHASE LITCHFIELD CA
- Notice Date
- 6/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 111940
— Hay Farming
- Contracting Office
- BLMNational Operations Center, OC-662DFC, Bldg, 50, P.O. Box 25047DenverCO80225
- ZIP Code
- 80225
- Solicitation Number
- L12PS00737
- Response Due
- 7/12/2012
- Archive Date
- 8/11/2012
- Point of Contact
- Danny Lavergne
- E-Mail Address
-
dlavergne@blm.gov
(dlavergne@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- L12PS00737, GOOD QUALITY HAY FOR THE FEEDING OF WILD HORSES AT THE LITCHFIELD, CALIFORNIA HOLDING FACILITY. Solicitation number L12PS00737 applies and will be issued on or about June 22, 2012 as a Request for Proposals (RFP) for the following requirement: The Bureau of Land Management (BLM), Litchfield Wild Horse and Burro corral facility has a need for 2,500 tons of alfalfa hay. ALFALFA HAY: Must be from 2012 crops in accordance with the following specifications: Domestically grown. Sun-cured with no moisture damage, not heating. Properly stored and well cured. The alfalfa hay may contain some grass, the following mixes are acceptable: Alfalfa and/or alfalfa/grassalfalfa mixed with timothy grass only or a combination of timothy, brome and orchard grass, used for food for domestic animals, cured, cut, and stored for fodder. Hay shall be free of mold, dust, Russian thistle or Prickly herb, cheat grass, foxtails, corn stalks, bearded grain, and other long awns (spikelets), and any other weed or grass not considered healthy forage for domestic animals. Hay must be suitable for feeding to wild horses (i.e., dairy quality hay may be too high in protein for wild horses). Hay shall be free from animal contamination, dangerous pesticides and foreign matter of any kind (i.e., wire, nails, or other debris). Hay shall be cut with a crimper and baled with wire or Rat and Rot-proof twine. Bales shall be delivered direct from fields or barns via clean vehicles not used for transport of livestock. Round bales or bales exceeding 130 pounds are not permissible. Bales shall be uniform lengths; ragged bales shall not be accepted. Bales with loose wire/twine or broken bales shall not be accepted. Bales from the California Correctional Center, Susanville, CA, fields will not be accepted. Delivery, off-loading and stacking in the hay barn to be included in the unit price. Hay must be barn stored prior to delivery or delivered straight from the field directly to the corral facility barn. Delivery schedule is as follows: 400 Ton Delivered between June 25, 2012 and June 29, 2012 The remaining 2100 tons must be stored in barns by Vendor and be delivered 4 truckloads per week unless specified differently by the Contracting Officers Representative (COR). The hay must be stored in barns prior to delivery or delivered straight from the field to the Litchfield Corral Facility Barn. CERTIFIED WEIGHT TICKETS: Tonnage shall be established at the Contractor's facility prior to shipment, and confirmed in writing. Total weight (per ton) shipped by the Contractor shall be confirmed at destination. A State Certified Weight Ticket shall be provided to the Contracting Officer's Representative (COR) at destination.. This is not a complete list of the specifications and should be used only as a basis to decide whether or not to review the solicitation. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-58, Effective 18 Apr 2012. This procurement is open to all responsible sources, large and small. NAICS 111940 Small business size $0.75M. 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 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. Additional billing clauses and contract clauses are included in the document L12PS00737. Proposals are due July 12th, 2012 by 1:00 PM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Danny Lavergne; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Danny Lavergne; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225; By facsimile to (720)-294-1096. Proposals may also be sent via pdf to email dlavergne@blm.gov. Hard copies of the solicitation will not be provided. Offerors must be registered at http://www.ccr.gov to be eligible for award of a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/L12PS00737/listing.html)
- Record
- SN02785449-W 20120627/120625235419-dd2e4e5ddde01679e70ea4c91d3fa5ed (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 |