COMMERCE BUSINESS DAILY ISSUE OF JULY 19, 2001 PSA #2896
SOLICITATIONS
87 -- HAY
- Notice Date
- July 17, 2001
- Contracting Office
- USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box 2965, Portland, Oregon 97208-2965
- ZIP Code
- 97208-2965
- Solicitation Number
- HAQ011092
- Response Due
- August 17, 2001
- Point of Contact
- Tiffany Young, 503-952-6359 or FAX 503-952-6312
- E-Mail Address
- BLM (or952mb@or.blm.gov)
- Description
- This is a COMBINED SYNOPSIS SOLICITATION for a commercial item 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. Solicitation No. HAQ011092 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. All responsible sources may submit a quote which will be considered. NAIC's code is 422910; size standard of 100 employees. This procurement is set aside for small business concerns. This will be a firm fixed-price contract for the Bureau of Land Management, Burns Wild Horse Corral, Harney County, Burns District, Oregon. Supply and stack 625 Tons with a 50% option to deliver additional hay. EVALUATION 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 Government's knowledge of and previous experience with the quoter, or other reasonable basis. The Government will include and evaluate option pricing as part of the total price. Evaluation of the option will not obligate the Government to exercise the option. Delivery time is 20 calendar days after receipt of the notice to proceed, beginning approximately September 1, 2001. TECHNICAL SPECIFICATIONS: Furnish all labor, transportation, materials, equipment, supervision, and incidentals necessary to supply and stack hay meeting the following requirements: (1) hay shall be pure alfalfa or a mixture of alfalfa and grasses. Acceptable grasses are orchard grass, fescue, timothy, and bluegrass; (2) hay shall have a dry matter crude protein value equal to or greater than 14 percent; (3) hay shall have a dry matter Acid Detergent Fiber (ADF) value equal to or less than 39 percent; (4) 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; (5) hay shall not have any foxtail, bearded grain, or any forage plant containing long awns. Hay shall be free of weeds; (6) hay shall be cut with crimper and baled with rot proof twine. Round bales are not acceptable. Bales shall weigh no more than 900 to 1,200 pounds each. Maximum bale size shall not exceed 3 feet by 3 feet by 8 feet; (7) hay shall have been baled in calendar year 2001. PACKAGING AND MARKING: Hay shall be preserved, packaged, and packed for shipment consistent with standard commercial practice and in a manner that will ensure arrival at the destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate. The Contractor may use its own practice providing it fulfills these requirements. DELIVERY: Coordinate with the CO to arrange for delivery between the hours of 7 a.m. and 5 p.m. Monday through Friday (holidays excluded), inspection, and acceptance. MEASUREMENT AND PAYMENT: Measurement for payment will be based on actual weight derived from official scale tickets containing the following information: gross and tare weights, description or truck number, hay supplier's name, where it is to be delivered, date, and official name of Weigher. Payment for hay cannot be made without accurate and complete scale tickets. Each delivery or truckload shall have scale tickets. Payment will be made at the unit price offered for actual quantities delivered and accepted. METHOD OF DETERMINING REPLACEMENT QUANTITY: If, upon inspection, bales of hay are rejected, Contractor may be required to reweigh the rejected hay to determine the actual quantity to be replaced. TRANSPORTATION CHARGES: All cost of transportation from shipping point to the F.O.B. destination specified below and unloading shall be paid by the Contractor and included in the price. The Contractor shall be responsible for all damage in transit. QUOTATION SHALL INCLUDE price for Item No. 1 and FAR provision 52.212-3 which is available at: http://www.or.blm.gov/procurement/com_cert.htm. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 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 52.203-6 ALT I, 52.2l9-8, 52.219-14, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33). Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quoters shall submit signed and dated quotes, either on an SF1449 which may be found at http://www.gsa.gov/forms/pdf_files/sf1449.pdf or letterhead stationary. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon 97208 by COB (4:15 p.m. local time) on or before August 17, 2001. FAX quotes will be accepted at 503-952-6312. For questions contact Jessica Swigert at 503-952-6226.
- Record
- Loren Data Corp. 20010719/87SOL001.HTM (W-198 SN50S194)
| 87 - Agriculture Supplies Index
|
Issue Index |
Created on July 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|