MODIFICATION
87 -- Pauls Valley, Moore Ok
- Notice Date
- 8/12/2013
- Notice Type
- Modification/Amendment
- NAICS
- 111940
— Hay Farming
- Contracting Office
- BLM OC NOC INFRASTR SEC (OC662)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
- ZIP Code
- 00000
- Solicitation Number
- L13PS00824
- Response Due
- 7/31/2013
- Archive Date
- 8/30/2013
- Point of Contact
- Danny Lavergne
- E-Mail Address
-
dlavergne@blm.gov
(dlavergne@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- L13PS00824, GOOD QUALITY HAY FOR THE FEEDING OF WILD HORSES AT THE PAULS VALLEY HOLDING FACILITY. Solicitation number L13PS00824 applies and will be issued on or about July 23, 2013 as a Request for Proposals (RFP) for the following requirement: GENERAL: The Bureau of Land Management (BLM), Wild Horse and Burro Adoption Center at Pauls Valley, OK has a requirement for approximately 1,700 tons of alfalfa hay, 2013 or 2014 cuttings. Delivery will be made monthly between October 1, 2013 and September 30, 2014. The hay shall be at least 75% alfalfa with not more than 25% grasses (per bale) and BLM Contracting Officer Representative (COR) or Project Inspector (PI) will order hay in increments of up to 150 tons per month. The minimum guaranteed purchase is 200 tons. BACKGROUND The Pauls Valley Wild Horse and Burro holding facility temporarily holds and feeds, on a daily basis, between 400 and 600 wild horses and burros. The facility is seeking quality alfalfa hay, used for food for domestic animals, cured, cut, and stored for fodder, delivered to the Pauls Valley facility. The hay must be good quality, free of noxious weeds, and mold. Hay shall be large square bales either 4x4x8 or 3x3x8 or a combination of both. Hay shall be free from any mold or weather related damage. A.3SCOPE OF WORK Provide good quality hay to feed 400 600 wild horses and burros at the Pauls Valley adoption center. Contracting Officer Representative (COR) or Project Inspector (PI) will order hay in increments up to 150 tons at a time. Hay will be delivered to the Pauls Valley Adoption Center in Pauls Valley, OK. B.1ALFALFA HAY SPECIFICATIONS Shall: be from 2013 or 2014 crops: be domestically grown: be at least 75% alfalfa per bale; have a Crude Protein level of 14% or higher, Relative Feed Value of 140 or higher, weed level of less than 5%; be leafy, green, well cured, properly stored and free of dust, mold, or heating; Hay shall be free from any Mold or weather related damage. be free of any Russian Thistle or prickly herb, 'Cheat' grass, and any other weed or grass not considered healthy forage for domestic animals: Alfalfa hay shall not: contain more than 25% grasses (per bale); have ny bearded grain or any forage plant containing long awns (spikelets); or have any blister beetles. B.2 BALE REQUIREMENTS Shall: weigh no less than 800 pounds and not more than 2200 pounds; and be 4x4x8 or 3x3x8 large square bales. b.Bale shall not: be baled in 'round bales' (round bales will be rejected); be ragged, have varying lengths, have wires or twine of unequal tension, or, be broken; or be rain damaged or moldy. B.3ORDER- ESTIMATED QUANTITY BLM COR or PI will order hay in increments up to 150 tons at a time. The BLM COR OR PI shall place orders with the Contractor no less than 10 working days prior to delivery date. With a minimum a guaranteed purchase of 200 tons. B.4 SHIPPING Hay shall be shipped F.O.B. Destination. 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. Any hay rejected will be removed and replaced with acceptable hay at the contractor's expense B.5CERTIFIED WEIGHT TICKETS Contractor shall provide a State Certified Weight Ticket for each load delivered. The weigh tickets shall be provided to the COR or PI upon hay delivery. Total weight (per ton) shipped by the Contractor will be confirmed by the COR or PI. The COR or PI will use weigh tickets to verify the tonnage shipped prior to inspection and eventual acceptance of each shipment. Payment to the Contractor will be for the actual quantity shipped. B.6DELIVERY The hay shall be delivered between October 1, 2013 and September 30, 2014 as coordinated with the BLM POC. The Alfalfa Contractor shall coordinate all deliveries with the Bureau of Land Managements COR or PI, and the Pauls Valley Facility Contractor. The Facility Contractor will unload the hay bales with their on-site tractor. As a result, the Alfalfa Contractor must coordinate all deliveries with the COR/ PI so they can be coordinated with the Facility Contractor. Three (3) workdays prior to shipping the alfalfa, the Alfalfa Contractor shall furnish to the COR/ PI: anticipated shipment date; total tonnage to be shipped; and the name of the carrier responsible for the shipment. Deliveries 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. If an emergency occurs, deliveries may be requested for a Saturday, Sunday, or national holiday, providing the Contractor notifies the COR or PI at least 5 work days preceding the delivery date and the COR or PI allows this exception. Deliveries will be coordinated with the COR or PI to arrive within a four (4) hour window. B.7QUALITY CONTROL Hay will be tested by the hay contractor within 30 days prior to each order and presented prior to or at the time of delivery to the COR or PI to verify Crude Protein and Relative Feed value. Hay will be randomly sampled by the OSU Garvin County Extension Agent or his representative. Oklahoma State University will perform the lab analysis of sampled alfalfa. C.1PLACE OF DELIVERY The hay shall be delivered by the contractor to: Pauls Valley Wild Horse Adoption Center 16204 NCR 3205 Pauls Valley, OK 73075. 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. A package with the synopsis information is provided for ease in viewing and proposing.. 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 small business 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 L13PS00824. Proposals are due July 31, 2013 by 11:00 AM 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.sam.gov to be eligible for award of a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L13PS00824/listing.html)
- Record
- SN03146237-W 20130814/130812235641-e3fb2fabc518321c2f3396332a401d9b (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 |