Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

87 -- Utah - 600 Tons Alfalfa Hay

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-UT UTAH STATE OFFICE* 440 WEST 200 SOUTH, SUITE 500 PO BOX 45155 SALT LAKE CITY UT 84101
 
ZIP Code
84101
 
Solicitation Number
JSQ074087
 
Response Due
7/11/2007
 
Archive Date
6/26/2008
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for 600 Tons of Alfalfa Hay. 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. The solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-17. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this Request for Quote is JSQ074087 1. Medium Bales, 500 Tons Unit Price $____________________ 2. Small Bales, 100 Tons, Unit Price $____________________ Total Price $____________________ Statement of Work: 1. Contractor to provide approximately 500 tons of medium bales (between 800 and 1200 lbs/bale) and 100 tons of small bales (minimum 100 lbs/bale) of clean alfalfa hay, suitable for horses and burros, to be delivered, offloaded and stacked in 2 pole hay barns at the Salt Lake Regional Wild Horse and Burro Facility, Butterfield Canyon, Herriman, Utah. Successful offeror shall provide a forklift or other means to offload and stack hay. 2. Hay is to be clean alfalfa hay, 2007 1st crop only, free from noxious weeds, foxtails and grass, with no rain damage or mold with crude protein content of approximately 16%. Each delivery will be inspected by the COR to ensure that specifications are met. Only 2007 1st crop will be accepted. 3. Delivery shall begin as soon as possible after award of contract or as directed by the COR. Each delivery shall be made on an as needed basis and shall be made within 7 days after notification of need. Any hay rejected by the COR will be removed and replaced. Delivery to be completed as directed by the Contracting Officer's Representative. Hours of delivery: 0700 am - 4:00 pm, Monday - Friday, excluding weekends and Federal Holidays. 52.212-02, Evaluation - Commercial Items. Technical Performancea: Prospective Offer must be regularly established in the business called for. Offer must provide information regarding crop of hay. Offer must provide type of equipment used to offload and stack hay. Past Performance: The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. Price. Technical and Past Performance, when combined are of significantly greater importance when compared to price. (b) A written notice of award or acceptance of an offer, mailed or otherwise, furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications - Commercials Items (Offeror to provide complete copy with offer); 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items; 9.1452.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Department of the Interior (Deviation); 52.204-06, Data Universal Numbering System (DUNS) Number; 52.216 -27, Single or Multiple Awards; 52.217-5, Evaluation of Options; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 1452.228-70, Liability Insurance - Department of the Interior;52.228-5, Insurance - Work on a Government Installation; 52.246-20, Warranty of Services; 52.233-02, Service of Protest; 9.1452.233-2, Service of Protest - Department of the Interior (JUL 1996) (Deviation); 9.1510.283, Contracting Officer's Representative; 9.552.232-73, Electronic Funds Transfer Payment; 52.237-01, Site Visit; 52.219-06, Notice of Small Business Set-aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-221, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and 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; 52.225-1, Buy American Act - Supplies; 52.232-29, Terms for Financing of Purchases of Commercial Items; 52. 232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.232-36, Payment by Third Party; 52.222-41, Service Contract Act of 1965, as Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.222-44, Fair Labor Standards Act and Service Contract - Price Adjustment. The North American Industry Classification System number for this solicitation is 111940, size $.75M. Offers are due no later than July 11, 2007. This system is 100% set-aside for small business. See Numbered Note 1. All offerors must be registered in the Central Contractor's Registration (CCR) System. You may register at: www.ccr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1291088)
 
Record
SN01329343-W 20070629/070628031645 (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.