Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

87 -- Procurment of Coastal Bermuda Hay

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311119 — Other Animal Food Manufacturing
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115112T0093
 
Response Due
3/27/2012
 
Archive Date
5/26/2012
 
Point of Contact
Willie Signil, 254-287-7647
 
E-Mail Address
MICC - Fort Hood
(willie.signil@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Mission Contracting Office, Mission and Installation Contracting Command-Fort Hood, Fort Hood, Texas is soliciting for 80 tons of Coastal Bermuda Hay. The solicitation number is W91151-12-T-0093 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 2 August 2010. This procurement is 100% set aside for small business; the associated North American Industrial Classification System (NAICS) code for this procurement is 311119, Other Animal Food Manufacturing, with a small business size standard of 500 employees. The Government anticipates awarding a firm fixed-priced contract as a result of this solicitation. 1. DESCRIPTION OF REQUIREMENT: Contractor shall provide 80 tons of Coastal Bermuda Hay, for the 1st Cavalry Division, Horse Cavalry Detachment (HCD) Fort Hood, Texas, in accordance with the following minimum specifications, terms, and conditions. The Coastal Bermuda Hay provided under this contract shall not contain any native or foreign grasses mixed in such as Mexia, Kline Grass, Sudan, Johnson grass, Bluestem, Dallas Grass, or Alfalfa. No supplement hay (such as Tifton Grass) is authorized. b. Hay provided shall maintain a 6% protein level, and be free of toxic substances (to include mold, fungus, insects, fertilizers and pesticide, insecticide or herbicide toxins). c. Hay shall contain less than 5% per bale extraneous weed (grass burrs, nettles, goat heads, etc.), mesquite thorns, or cactus. Absolutely no trash such as baling wire or road side trash, or any inedible substances not meant for feeding horses or mules is tolerated. d. Hay shall be baled in square (or rectangular) bales with weight of at least 60 pounds and no more than 110 pounds. Hay should be cut at a length and bound tight enough to allow it to stay compact and not fall apart or split open during transporting, off-loading, or when fed to animals. e. Hay shall be from the current year cutting or fall within the last cutting of the previous year. f. Any hay putting off a moldy smell or appearing moist/wet from condensation, will be cause for rejection. g. Hay shall not be excessively dried out or sun cured. h. Contractor shall cover the hay to protect the load from exhaust, road residue, and inclement weather during transportation. i. It is the contractor's responsibility to off-load all hay delivered to the Horse Cavalry Detachment. Delivery schedule: Contractor shall make three deliveries as follows: 25 tons (Delivery 1), 25 tons (Delivery 2) 30 tons (Delivery 3), for a total of 80 tons. The deliveries will be made on or about the following dates: Delivery 1 (30 Apr 2012), Delivery 2 (31 May 2012), Delivery 3 (29 Jun 2012). Contractor shall contact the Contracting Officers Representative (COR) or Government representative for actual delivery dates. Quality Control: The Contractor's Quality Control Program (QCP) shall include a method for testing and inspecting hay provided under this contract. The Contractor shall monitor the growth, cutting, baling, loading, transporting, delivery and off-loading of hay provided under this contract to ensure the specifications indentified in this Statement of Work are adhered to. Hay that fails to meet the standards set forth above will be rejected by the Government upon delivery and shall be replaced by the Contractor at no additional cost to the Government and within established timelines for delivery. 2. CONTRACTOR REPRESENTATIVE: Individual shall be available by telephone during normal business hours for coordination with the government of deliveries and performance issues. Should that individual be absent from work for more than one business day, the Contractor shall designate an alternate point of contact that will act in the same capacity at least 24 hours prior to the scheduled absence of the primary point of contact 3. INVOICES: The Contractor shall provide the Government a copy of the invoice and weight tickets at time of delivery. The Government will inspect each load in accordance with the quality assurance methods described below. An official (electronic) invoice shall be submitted through Wide Area Workflow as described in FAR Clause 252.232-7003 4. QUALITY ASSURANCE: The government will survey the Contractor's performance as identified below. The Contracting Officer (or designated representative): a. will conduct a thorough visual inspection of all hay prior to unloading. b. will conduct random inspections of hay by opening individual bales. The frequency of these inspections will vary with each delivery and not all deliveries may be inspected in this manner. c. may conduct a laboratory test (at the Government's discretion) on the delivered hay to determine the protein content, digestible nutrients, percentage of toxic substances, and presence of extraneous weed and debris in accordance with attachment #1. d. reserves the right to reject any delivery, either in part or in whole that does not conform to the requirements of this contract. e. will require the contractor to replace any deficient hay within the timelines stipulated within the contract. 5. PERIOD OF PERFORMANCE: The period of performance for this contract will begin within 30 days after award of contract and shall end in accordance with time specified in scheduled provided in contract. The place of acceptance is Fort Hood, Texas. 6. QUESTIONS PERIOD: Questions from prospective interested parties MUST be received No Later Than 1:30 PM CST on 30 March 2011 via email to the Point of Contact (POC) identified below. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (as tailored in the attached addenda). The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Any contract awarded as a result of this solicitation will be evaluated on the basis of price and price related factors. All bidders must be Central Contractor Registered (CCR) and have a current Online Representations and Certification Application (ORCA) on file to be eligible to receive an award. Instructions for completing the on line representations and certification requirement are available at http://www.bpn.gov. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (as tailored in the attached addenda). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The clause at FAR 52.225-1, Buy American Act Supplies applies to this acquisition. The provision at FAR 52.215-6, Place of Performance applies to this acquisition. In addition to the standard FAR Part 12 clauses that govern commercial item acquisition, the attachment also includes clauses and provisions specific to requirements type contracts (FAR Part 16). The date and time set for receipt of quotes is 5 Apr 12 at 1:30 p.m. CST. Quotes will be accepted via email ONLY to the point of contact identified below located at the Mission and Installation Contracting Command-Hood, 1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544-5025. The point of contact for this acquisition is Willie C. Signil IV, Contract Specialist. Mr. Signil can be contacted by email at mailto:willie.signil@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/069893c273d48cf59500f7b757d47597)
 
Place of Performance
Address: MICC - Fort Hood Directorate of Contracting, 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
 
Record
SN02706327-W 20120329/120327234750-069893c273d48cf59500f7b757d47597 (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.