Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

87 -- Minimum 100, Maximum 1,200 Tons Alfalfa Hay Delivered to Pauls Valley, OK Between Dec 1, 2007 and November 30, 2008

Notice Date
10/22/2007
 
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
NAB080003
 
Response Due
11/19/2007
 
Archive Date
10/21/2008
 
Point of Contact
Steven Santoro Contracting Officer 3032363518 Steven_Santoro@blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
BLM Invitation for Bids, NAB080003, A MINIMUM of 100 TONS and a MAXIMUM of 1,200 TONS OF GOOD QUALITY ALFALFA HAY TO BE DELIVERED OVER A 12-MONTH PERIOD. Solicitation number NAB080003 applies and will be issued as an Invitation for Bid (IFB) on or about October 29, 2007 for the following requirement: The Bureau of Land Management's Paul's Valley, OK Holding Facility (PV) has a requirement for a maximum of 1,200 tons of good quality alfalfa hay, delivered in estimated increments of up to 150 tons per month. REQUIREMENTS: Good quality hay for the feeding of 400-600 wild horses and burros per day; The Contractor shall coordinate all deliveries with the Bureau of Land Management's (BLM) Contracting Officer's Representative (COR), and the contractor for the PV Feeding Contract; The Feeding Contractor will unload the hay bales with their on-site tractor. As a result, the Contractor must coordinate all deliveries with the COR; Hay shall be delivered in estimated increments of up to 150 tons per month; Protein level of 18% or higher, Relative Feed Value of 150 or higher, Weed level of less than 5%, Grass level of less than 5%, Moisture content of less than 18%; A hay test must be performed within 30 days prior to each delivery and presented at the time of delivery; The Contractor shall submit a weigh ticket for each load to verify the weight delivered; All hay will be free of dust, mold and heating. It must be leafy, green, well cured, properly stored, and free of dust, mold or heating. It shall also be free of any Russian thistle or Prickly herb, cheat grass, and any other weed or grass not considered healthy forage for domestic animals. Hay shall be blister beetle free. If any beetles are found, the Contractor shall replace the entire load at its own expense. Hay bales shall be no smaller than 3 ft x 3 ft x 8 ft. All bales shall be large square. Large round bales will be rejected.; All deliveries will be inspected by the on-site COR/PI and either approved or rejected for non-compliance before unloading; The COR shall direct the Contractor to correct any nonconforming deliverables and confirm such direction in writing to the Contractor, with copies going to the Contracting Officer; Deliveries will be made during normal business hours, Monday - Friday between 8 a.m. - 4 p.m., and coordinated with the COR and the Feeding Contractor. Weekend deliveries will be permitted only with the approval of the COR and when coordinated with the Feeding Contractor. The Contractor shall provide weigh tickets to the COR upon hay delivery. The COR 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 of alfalfa hay shipped; The hay shall be delivered by the Contractor and then unloaded and stacked by the Feeding Contractor at the following location: Bureau of Land Management, Rt 3, Box 207A, Pauls Valley, OK 73075; All hay shall be transported using standard commercial practices for the shipment of alfalfa hay, in vehicles compliant with local, State and Federal regulations concerning the transport of alfalfa hay. This is a 100% set-aside for small business. The NAICS classification is 424910. Size standard is 100 employees. Bids are due November 19, 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; By facsimile to (303) 236-9421. 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 (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 DUNS Number. 6) Offer must be signed. The anticipated award date is November 26, 2007 for a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity Type contract.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1369683)
 
Record
SN01438725-W 20071024/071022223647 (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.