Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOLICITATION NOTICE

87 -- Grass Hay

Notice Date
11/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
BLM UT-STATE OFC ADM SVCS BR(UT952)440 WEST 200 SOUTH, SUITE 500SALT LAKE CITYUT84101US
 
ZIP Code
00000
 
Solicitation Number
L11PS00032
 
Response Due
12/4/2010
 
Archive Date
1/3/2011
 
Point of Contact
Jolyn M Goss
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Land Management, Salt Lake City, Utah has a requirement for 100 Tons of Grass Hay or New Hay with Grass (This Years 2010). 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 2005-26 (June-2008). 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 L11PS00032. 1. Small Bales (80 - 100 lbs each): 100 Tons - Unit Price $_______________ per tonTotal Price $_______________ Statement of Work: 1. Contractor to provide approximately 100 tons of small bales (approximately 80 lbs to 100 lbs per bale) of clean grass or new hay with grass 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 supply 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 grass or new hay with grass. Hay must be free of mold, rain or snow damage, noxious weeds, grass, and fox tail. Hay is to be this year's (2010) 1st or 2nd cutting of 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 third party independent certified weigh station, and copies of all weigh slips shall be provided to the BLM representative. 4. Delivery shall be from December 13 December 31 as directed through the COR. Hours of delivery: 9:00 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, Privacy Act Notification; 52.224-2, Privacy Act; 52.242-15, Stop-Work Order; 52.242-17, Government Delay of Work; 52.217-8, 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; 1452.233-2, Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (August 2009), Service of Protest - Department of the Interior (JUL 1996) (Deviation); 1510.283, 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; Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (August 2009), Authorities and Delegation (May 2010), DOI Text Messaging Prohibition (October 2009), 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; 52.222-42, 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 12:00 PM MST, December 4, 2010. This requirement is 100% set-aside for small business. All offerors must be registered in the Central Contractor's Registration (CCR) System. You may register at: www.ccr.gov. Government Point of Contact: JoLyn GossContracting OfficerBureau of Land ManagementPO BOX 45155Salt Lake City, Utah 84145 Phone: 801-539-4165Fax: 801-539-4222Email: jgoss@blm.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/UT/L11PS00032/listing.html)
 
Record
SN02328783-W 20101119/101117234048-5f05ca1f94b364e65b01c095f4be2461 (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.