Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOLICITATION NOTICE

87 -- 2,000 Tons of Alfalfa Hay Delivered to Palomino Valley Wild Horse Holding Facility in Reno, Nevada

Notice Date
12/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC663 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NAB070048
 
Response Due
1/17/2008
 
Archive Date
12/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Invitation for Bids, NAB070048, 2,000 TONS OF GOOD QUALITY ALFALFA HAY TO BE DELIVERED TO BLM PALOMINO VALLEY HOLDING FACILITY IN RENO, NV. Solicitation number NAB070048 applies and will be issued on or about December 18, 2006 as an Invitation for Bid (IFB) for the following requirement: The Bureau of Land Management (BLM), National Wild Horse and Burro Center at Palomino Valley has a requirement for 2,000 tons of alfalfa hay, 2006 second cutting, barn stored. REQUIREMENTS: 1) The alfalfa hay shall be 75% alfalfa with not more than 25% grasses (per bale). 2) All hay shall be used for food for domestic animals, cured, cut, and stored for fodder. 3) All hay shall be domestically grown. 4) Hay shall be leafy, green, well cured, properly stored and free of dust, mold, or heating. 5) Hay shall be free of any Russian Thistle or prickly herb, "Cheat" grass, and any other weed or grass not considered healthy forage for domestic animals. 6) Hay shall not contain more than 25% grasses (per bale). 7) Hay shall not have any bearded grain or any forage plant containing long awns (spikelets). BALE REQUIREMENTS: The bales shall be provided in accordance with the following specifications: 1) Shall be cut with crimper and baled with 3-strands of wire, or 3-strands of RAT and rot-proof twine. 2) Shall weigh no less than 100 pounds and no more than 140 pounds. 3) Shall not be baled in "round bales" (round bales will be rejected). 4) Shall not be ragged, have varying lengths, have wires or twine of unequal tension, or be broken. 5) Shall not consist of bales that are on top or bottom of stacks stored outside. 6) Shall not be rain damaged. Delivery shall be coordinated with the Palomino Valley Holding Facility, between February 5, 2007 and March 30, 2007. UNLOADING: The hay shall be delivered, unloaded, and stacked by the contractor to the following location: National Wild Horse and Burro Placement Center at Palomino Valley (PVC), 15780 State Route #445, Reno, Nevada 89510. The Contractor shall be responsible for unloading and stacking the hay bales under the hay shed and in other designated areas at PVC. The bales shall be stacked not less than 8 tiers high or more than 13 tiers high. All bales placed on the ground need to be on edge, to reduce hay loss. Three (3) work days prior to shipping the alfalfa, the Contractor shall furnish to the Contracting Officer's Representative (COR) at PVC the following: Anticipated shipment date; Anticipated total tonnage to be shipped; and the name of the carrier responsible for the shipment. Delivery at the PVC corrals 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 on the preceding Friday and/or within the preceding work day of the delivery. The Contractor shall provide weigh tickets to the Project Inspector (PI) upon hay delivery. The PI will use weigh tickets to verify the tonnage shipped prior to inspection and eventual acceptance of each shipment. The Contractor will be reimbursed for the actual quantity shipped. 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. This is a 100% set-aside for small business. The standard NAICS classification is 424910. Size standard is 100 employees. Bids are due January 17, 2007 by 2:00 PM Mountain Time. Send bids by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Steve Santoro; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Steve Santoro; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225. Facsimile Bids may be sent to 303-236-9421 and must be in accordance with items 1 through 6 below. An award will be made to the lowest bidder providing favorable past performance information. Submit bids to the address indicated above in accordance with FAR 52.212-1. Bids 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. 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. Bidders must be registered at http://www.ccr.gov to be considered for award. The anticipated award date is January 24, 2007 for a Firm Fixed Unit Price Type contract.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1209365)
 
Record
SN01195949-W 20061215/061213221027 (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  © 1994-2020, Loren Data Corp.