Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2009 FBO #2599
SOURCES SOUGHT

87 -- ALFALFA HAY

Notice Date
1/5/2009
 
Notice Type
Sources Sought
 
NAICS
111940 — Hay Farming
 
Contracting Office
Department of the Interior, Bureau of Land Management, Utah Region, L UT-STATE OFC ADM SVCS BR(UT952)440 WEST 200 SOUTH, SUITE 500SALT LAKE CITYUT84101US
 
ZIP Code
00000
 
Solicitation Number
L09PS00008
 
Response Due
1/8/2009
 
Archive Date
2/7/2009
 
Point of Contact
Ruger, Adrian C 801-539-4177, aruger@blm.gov<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for 410 Tons of alfalfa hay as described below, suitable for horses and burros, to be delivered, offloaded and stacked where directed at the Regional Wild Horse & Burro Center, 8605 W. Butterfield Canyon Road, Herriman, Utah 84096. 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 L09PS00008. 1. Medium Bales (800 - 1000 lbs each): 370 Tons - Unit Price $_______________ per ton2. Small Bales (80 to 100 lbs each): 40 Tons - Unit Price $_______________ per tonTotal Price $_______________ Statement of Work: 1. Contractor to provide approximately 410 tons of medium bales (approximately 800 lbs/bale) and 40 tons of small bales (80 to 100 lbs each) of clean alfalfa hay suitable for horses and burros, to be delivered, offloaded and stacked where directed at the Regional Wild Horse & Burro Center, 8605 W. Butterfield Canyon Road, Herriman, Utah 84096. Contractor will forklift and/or any other equipment necessary to deliver, offload and stack the hay. Hay will be stacked inside pole barns and/or where the BLM representative has cleared an area. 2. Hay is to be clean alfalfa hay. Hay must be 16% crud protein, and must be free of mold, noxious weeds, grass, and fox tail. Hay is to be this year's (2008) 1st or 2nd cut hay. Certified weed free is preferred. 3. Hay will be made available for inspection before delivery if the BLM representative or contracting officer requests such an inspection. If said inspection is not requested, the BLM representative reserves the right to inspect the hay upon delivery to ensure that these specifications have been met. Any hay rejected will be removed and replaced with acceptable hay at the contractor's expense. Hay must be weighed at a certified weigh station, and copies of all weigh slips shall be provided to the BLM representative. 4. Delivery shall begin as soon as possible after award of contract or as directed by the COR. Hours of delivery: 900 am - 4:00 pm, Monday - Friday, excluding Federal Holidays. It is recommended that contractor contact BLM representative to schedule deliveries. 52.212-02, Evaluation - Commercial Items. Technical Performance: 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 11:00 PM, January 19, 2008. 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c7a7757d8043ec2757fd87ab77947543&tab=core&_cview=1)
 
Place of Performance
Address: Wild Horse and Burro Center8605 W. Butterfield Canyon RoadHerrimanUT84096USA<br />
Zip Code: 84096<br />
 
Record
SN01727112-W 20090107/090105215823-c7a7757d8043ec2757fd87ab77947543 (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.