Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

87 -- Ridgecrest Hay Purchase

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
BLM OC NOC BR OF ACQUISITION(OC660)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L13PS00539
 
Response Due
7/10/2013
 
Archive Date
8/9/2013
 
Point of Contact
Danny Lavergne
 
E-Mail Address
dlavergne@blm.gov
(dlavergne@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
L13PS00539, GOOD QUALITY HAY FOR THE FEEDING OF WILD HORSES AT THE RIDGE CREST CALIFORNIA HOLDING FACILITY. Solicitation number L13PS00539 applies and will be issued on or about December 14, 2012 as a Request for Proposals (RFP) for the following requirement: GENERAL: The Bureau of Land Management (BLM), Ridgecrest Wild Horse and Burro corral facility has a need for 1,800 tons of hay for animals, delivered between September 1, 2013 and November 15, 2013. The breakdown is as follows: 1800 tons medium or large -sized bales alfalfa. The alfalfa hay must be minimum of 80% alfalfa with not more than 20% grasses (per bale), used for food for domestic animals, cured, cut, and stored for fodder. Hay shall be free from animal, contamination, dangerous pesticides and foreign matter of any kind (i.e. wire, nails, or other debris). HAY SPECIFICATIONS: ALFALFA HAY Shall: be from current year crop or barn stored prior year; ii) be domestically grown; iii) be from first, second or third cutting; iv)be leafy, green, well cured, properly stored and free of dust, mold, or heating; i) be free of any noxious weeds, including Russian Thistle or prickly herb, 'Cheat' grass, and any other weed or grass not considered healthy forage for domestic animals. Shall not: i)contain more than 20% grasses (per bale); and, ii)have any bearded grain or any forage plant containing long awns (spikelets). iii) have darken/blackened sides or edges due to mold or moisture damage BALE REQUIREMENTS Alfalfa Hay Medium Bales a.Shall: i) be cut with crimper and baled with 3 strands of RAT and rot-proof twine; and,ii) weigh no less than 800 pounds and not more than 1,200 pounds. b. Shall not: i)exceed 1,200 pounds per bale; ii)be less than 800 pounds per bale; iii) be ragged, have varying lengths, have wires or twine of unequal tension, or, be broken. iv)consist of bales that are on top or bottom of stacks stored outside. v)be rain damaged. 3.2 Alfalfa Hay Large Bales a. Shall: i) be cut with crimper and baled with 3 strands of RAT and rot-proof twine; and, b.Shall not: i) exceed 1,800 pounds per bale; ii) be less than1,200 pounds per bale; iii) be ragged, have varying lengths, have wires or twine of unequal tension, or, be broken. iv) consist of bales that are on top or bottom of stacks stored outside. v)be rain damaged. CERTIFIED WEIGHT TICKETS: Tonnage shall be established at the Contractor's facility prior to shipment, and confirmed in writing. a. Total weight (per ton) shipped by the Contractor shall be confirmed at destination (Ridgecrest, California). A State Certified Weight Ticket shall be provided to the Contracting Officer's Representative (COR) at destination. PLACE OF DELIVERY: The hay shall be delivered, unloaded, and stacked by the contractor at the following location: USDI, Bureau of Land Management Ridgecrest Wild horse and Burro Corral Facility 3647-A Randsburg Wash Road 4 miles East of Ridgecrest, CA on Randsburg Wash Road NOTIFICATION OF DELIVERY Three (3) work days prior to shipping the hay, the Contractor shall furnish to the Contracting Officer's Representative (COR) at Ridgecrest, the following: a) Anticipated shipment date; b) Anticipated total tonnage to be shipped; and c) The name of the carrier responsible for the shipment. UNLOADING AT DESTINATION a The Contractor shall be responsible for unloading and stacking the hay bales in designated areas at the Ridgecrest corral. The bales shall be stacked not less than 8 tiers high or more than 13 tiers high. All bales placed on the ground need to be on edge, to reduce hay loss. Three (3) workdays prior to shipping the alfalfa, the Contractor shall furnish to the Contracting Officer's Representative (COR) the following: 1. Anticipated shipment date; 2. Anticipated total tonnage to be shipped; and 3. The name of the carrier responsible for the shipment. b. Delivery shall be made between the hours of 7:00 a.m. and 4:00 p.m., local time, Monday through Friday, excluding weekends and national holidays. c. 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 workday of the scheduled holiday. d. The Contractor shall provide weigh tickets to the COR (to be determined at time of award) upon hay delivery. The COR will use weigh tickets to verify the tonnage shipped prior to inspection and eventual acceptance of each shipment. The Contractor will be reimbursed for the actual quantity shipped. e. 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.. This is not a complete list of the specifications and should be used only as a basis to decide whether or not to review the solicitation. 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-58, Effective 18 Apr 2012. This procurement is open to all responsible sources, large and small. NAICS 111940 Small business size $0.75M. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items applies. Offerors are include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition along with the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional billing clauses and contract clauses are included in the document L13PS00539. Proposals are due July 10, 2013 by 11:00 AM Mountain Time. Send proposals by U.S. Mail to: Department of the Interior; BLM, BC-663; Attention: Danny Lavergne; BLDG 50, DFC, PO Box 25047; Denver, CO 80225-0047. By express or hand delivery: Department of the Interior; BLM, BC-663; Attention: Danny Lavergne; Mail Room, Entrance S-2; BLDG 50, Denver Federal Center; Denver, CO 80225; By facsimile to (720)-294-1096. Proposals may also be sent via pdf to email dlavergne@blm.gov. Hard copies of the solicitation will not be provided. Offerors must be registered at http://www.sam.gov to be eligible for award of a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L13PS00539/listing.html)
 
Record
SN03080645-W 20130607/130606001315-40493763e8f5aa7bfea4fd53459e0495 (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.