Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

87 -- LARGE HAY BALES FOR YELLOWSTONE PARK

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1573080053
 
Response Due
7/8/2008
 
Archive Date
6/24/2009
 
Point of Contact
Patty Oestreich Contract Specialist 3073442076 patty_oestreich.nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q15780053. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-27 and are available in full text through Internet access at http://www.aqnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 111940 and the small business size standard is $0.75M. QUOTES ARE DUE for this combined synopsis/solicitation on JULY 8, 2007 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Fax Quotations are acceptable with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All quotes must be manually signed by authorized company official and faxed to 307-344-2079 by due date. Email questions are acceptable to patty_oestreich@nps.gov. Yellowstone National Park requires 300 tons of large hay bales. Depending on availability of funding and need, the government may elect to purchase up to an additional 40 tons as an option item. Optional hay will be ordered the same day as the initial delivery. Base guaranteed purchase is 300 tons. Quoted price must include delivery to Stephens Creek in Gardiner MT. Delivery required by September 5, 2008 or earlier. The following is a description of the requirements for this acquisition: General Description and Specifications: Alfalfa/Grass (30/70 to 40/60) hay large round or square bales. Hay must be bright, clean and palatable for horses. Moldy, dusty or wet hay will not be accepted. Hay will be inspected by corral operation prior to purchase and can be rejected if unsatisfactory. Hay must be certified weed free. Loads must be weighed on a certified scale and weight tickets presented at delivery. Delivered to Stephens Creek in Gardiner MT. 1. Base item: 300 tons DELIVERED COST PER TON $______________________ 2. Optional item: Up to 40 tons DELIVERED COST PER TON $______________________ Business Name: _________________________________________DUNS:_________________________ Business Address: __________________________________________________________________________ Business Phone: ______________________________________FAX: ____________________________ Offeror Name: ______________________________________________(Print) Offeror Signature: ________________________________ Date: _______________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS SOLICITATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1649fb5ea1d18d8e3cf14b69736472ec&tab=core&_cview=1)
 
Place of Performance
Address: STEVENS CREEK, GARDINER, MT
Zip Code: 82190
 
Record
SN01600058-W 20080626/080624220445-1649fb5ea1d18d8e3cf14b69736472ec (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.