Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
SOLICITATION NOTICE

87 -- HAY - 1,000 Tons

Notice Date
9/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM NATIONAL BUSINESS CENTER BC663, BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAB020157
 
Point of Contact
Patricia Auten Procurement Technician 3032369440 patricia_auten@blm.gov
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Invitation for Bids, NAB020157, 1,000 TONS OF HAY. 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 NAB020157 applies and is issued as an Invitation for Bid (IFB) for the following requirement: The Bureau of Land Management's Ridgecrest Field Office has a requirement for 1000 tons of Alfalfa/Grass mix, delivered in four separate 250 ton shipments, approximately 45 days apart to Ridgecrest, CA. The Alfalfa/Grass mix must contain 60%(+ or -5%) alfalfa and 40%(+ or - 5%) primarily Bermuda Grass, used for food for domestic animals, cured, cut, and stored for fodder. Hay shall be free from animal, contamination, dangerous pesticides and foreign matter of any kind (i.e. wire, nails, or other debris). HAY: ALFALFA/GRASS MIX SPECIFICATIONS: a) Shall: 1) be a mixture of Alfalfa and primarily Bermuda Grass; 2) be from current year crop or barn stored prior year, mid-season cutting; 3) be domestically grown; 4) be leafy, green, well cured, properly stored and free of dust, mold, or heating; 5) be free of any Russian Thistle or prickly herb, "Cheat" grass, and any other weed or grass not considered healthy forage for domestic animals. b) Shall Not: 1) contain less than 60% alfalfa (per bale); 2) contain more than 40% grasses (per bale); 3) have any bearded grain or any forage plant containing long awns (spikelets); 4) be from 1st cutting. BALE REQUIREMENTS: a) Shall: 1) be cut with crimper and baled with 3-stands of wire, or 3-strands of RAT and rot-proof twine; 2) weigh no less than 90 pounds and not more than 140 pounds. b) Shall Not: 1) exceed 140 pounds per bale; 2) be less than 90 pounds per bale; 3) be baled in "round bales" (round bales will be rejected); 4) be ragged, have varying lengths, have wires or twine of unequal tension or be broken; 5) consist of bales that are on top or bottom of stacks stored outside or; 6) be rain damaged. DELIVERY SCHEDULE: 1st delivery of 250 tons by October 15, 2002; 2nd delivery of 250 tons by November 26, 2002; 3rd delivery of 250 tons by January 7, 2003; and 4th delivery of 250 tons by February 18, 2003. CERTIFIED WEIGHT TICKETS: Tonnage shall be established at the Contractor's facility prior to shipment, and confirmed in writing. a) Total weight (per ton) shipped by the Contractor will be confirmed at destination (Ridgecrest, California). b) A State Certified Wight Ticket shall be provided to the Contracting Officer's Representative (COR) at destination. Delivery and off-loading shall be included in unit price. The hay shall be delivered, unloaded, and stacked by the Contractor at the following location: USDI, Bureau of Land Management, Ridgecrest Wild Horse and Bureau Corral Facility, 4 miles East of Ridgecrest, CA on Randsburg Wash Road, Monday through Friday, 7:00 a.m. through 4:00 p.m. excluding Federal holidays. Three working days prior to shipping the hay, the Contractor shall furnish to the COR at Ridgecrest the following: a) Anticipated shipment date; b) anticipated total tonnage to be shipped, and; c) the name of carriers responsible for the shipment. This is a 100% set-aside for small business (See Note 1). The standard SIC/NAICS classification is 0139/111940. Size standard is $.5 million. The following Provisions and Clauses apply to this announcement: FAR clauses 52.212-1 thru 5 are applicable and this synopsis/solicitation incorporates all provisions and clauses in effect through Federal Acquisition Circular 2001-9. Addendum to 52.212-5: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALTERNATE 1; 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; 52.232-34 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: 2 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 September 26, 2002 by 4:00 PM Mountain Time. Send bids by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Beverly C. Sechrest; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Beverly C. Sechrest; Mail Room, Entrance S-4; BLDG 50, Denver Federal Center; Denver, CO 80225. 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 (Feb 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 October 3, 2002 for a Firm Fixed Price contract. Requests for a copy of the solicitation must be faxed to 303-236-9470 if unable to gain access thru this electronic commerce site.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=374074)
 
Place of Performance
Address: Ridgecrest, CA
Zip Code: 93555
Country: USA
 
Record
SN00164801-W 20020914/020912213717 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.