Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2007 FBO #2209
SOLICITATION NOTICE

87 -- 200 Tons of Grass Hay to be delivered to the National Wild Horse and Burro Center at Palomino Valley between January 07, 2008 and January 18, 2008

Notice Date
12/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-NV NEVADA STATE OFFICE* BUDGET & FINANCIAL SVCS. BRANCH 1340 FINANCIAL BLVD PO BOX 12000 RENO NV 89520
 
ZIP Code
89520
 
Solicitation Number
FAQ080021
 
Response Due
12/20/2007
 
Archive Date
12/11/2008
 
Point of Contact
Kim Ferguson Contracting Officer 7752891859 Kim_Ferguson@nv.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
FAQ080021 - Combined Synopsis/Solicitation - WH&B 200 Ton Grass Hay This is a Combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ) No. FAQ080021. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This combined synopsis is for 200 Tons of Grass Hay - 2007 Crop as identified below, including delivery to the National Wild Horse and Burro Center at Palomino Valley, between January 07, 2008 and January 18, 2008. The hay shall consist of these grasses only; timothy grass only or a combination of timothy, brome and orchard grass, used for food for domestic animals, cured, cut, and stored for fodder. No Bermuda hay will be allowed. All costs for the transportation of all hay from shipping point(s) to the destination shall be paid by the contractor and included in the unit price quoted for the item. Line No. 001 - 200 Tons of Grass Hay - 2007 Crop GRASS HAY SPECIFICATIONS: The grass hay SHALL (1) shall be from a first or second cutting of 2007 crop, (2) shall be domestically grown, (3) shall be leafy, green, well cured, properly stored and free of dust, mold, or heating, (4) 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. The grass hay SHALL NOT: (1) shall NOT contain anything other than timothy, brome, and orchard grass, (2) 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 not more than 140 pounds, (3) shall NOT exceed 140 pounds per bale, (4) shall NOT be less than 100 pounds per bale, (5) shall NOT be baled in "round bales" (round bales will be rejected), (6) shall NOT be ragged, have varying lengths, have wires or twine of unequal tension, or, be broken, (7) shall NOT consist of bales that are on top or bottom of stacks stored outside, (8) shall NOT be rain damaged. 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. Three (3) work days prior to shipping the grass hay, 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. Deliveries to 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. Tonnage shall be established at the Contractor's facility prior to shipment, and confirmed in writing. Total weight (per ton) shipped by the Contractor will be confirmed at destination (Reno, Nevada). A State Certified Weight Ticket shall be provided to the Contracting Officer's Representative (COR) at destination. 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 THE FOLLOWING CLAUSES/PROVISIONS ARE APPLICABLE FOR THIS REQUIREMENT: 52.212-01, Instructions to Offerors - Commercial Items (NOV 2007); 52.212-02, Evaluation - Commercial Item (JAN 1999) (evaluation factors to be considered are proposed hay in accordance with government specifications, price, and the ability to meet the requested delivery time frame); 52.212-03 Offeror Representations and Certifications - Commercial Items (NOV 2007); 52.212-04 - Contract Terms and Conditions - Commercial Items (FEB 2007); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2007); 52.204-7 - Central Contractor Registration (JUL 2006); 52.219-06 - Notice of Total Small Business Set Aside (JUN 2003); 52.219-28 - Post Award Small Business Program Representation (JUN 2007); 52.222-03 - Convict Labor (JUN 2003); 52.222-19 - Child Labor (AUG 2007); 52.222-21 - Prohibition of Segregated Facilities (FEB 1999); 52.222-26 - Equal Opportunity (MAR 2007); 52.222-36 - Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-50 - Combating Trafficking in Persons (AUG 2007); 52.225-3 (Alt 1)- Buy American Act - Free Trade Agreements-Israeli Trade Act (AUG 2007); 52.225-4 (Alt 1)- Buy American Act - Free Trade Agreements-Israeli Trade Act Certificate (AUG 2007); 52.225-13 - Restrictions on Certain Foreign Purchases (FEB 2006); 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003); 52.243-1 Changes - Fixed Price (AUG 1987); and 52.247-34 - F.O.B. Destination (NOV 1991). THE ABOVE FAR CLAUSES CAN BE ACCESSED AT: http://www.arnet.gov/far It is the quoters responsibility to review all the FAR clauses and submit any information required. Prospective contractors MUST be registered and currently active in Central Contractor Registration (CCR) PRIOR to award. Registration for CCR can be completed at http://www.ccr.gov. Quotes shall include the contractors Dun & Bradstreet Number (DUNS). The Offeror Representations and Certifications as required in FAR 52.212-03 may be submitted with quotes or completed online at the Online Representation and Certifications Application (ORCA) located at: https://orca.bpn.gov/ Delivery shall be as soon as possible after award of contract, starting approximately January 07, 2008 with final quantities to be delivered no later than January 18, 2008. (Please indicate on Quote if delivery times can be met). Delivery will be at the National Wild Horse and Burro Placement Center at Palomino Valley is located at 15780 State Route #445, Reno, NV 89510. (Approx 18 miles north of Reno, NV). FOB Destination. QUOTES ARE DUE BY 3 PM ON THURSDAY, DECEMBER 20, 2007. QUOTES MUST BE SUBMITTED TO KIM FERGUSON. PLEASE INCLUDE THE RFQ # FAQ080021 AND YOUR DUNS NUMBER ON THE QUOTE. Quotes can be emailed to kim_ferguson@nv.blm.gov, faxed to 775-289-1910, or mailed to BLM - Ely Field Office, Attn: Kim Ferguson, HC33 BOX 33500, Ely, NV 89301. The North American Industry Classification System (NAICS) code 111940 (Size Standard in millions of dollars is $0.75). This procurement is 100% set-aside for small business. Any questions regarding the above information may be directed to Kim Ferguson at 775-289-1859 or e-mail at kim_ferguson@nv.blm.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1390538)
 
Place of Performance
Address: Reno, NV
Zip Code: 89510
Country: USA
 
Record
SN01468733-W 20071214/071212224828 (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.