Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

87 -- 900 TONS OF ALFALFA HAY FOR WHB

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
111940 — Hay Farming
 
Contracting Office
BLM OC NOC INFASTRUCTURE SEC(OC662) DENVER FEDERAL CENTER BUILDING 50 PO BOX 25047 DENVER CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
L17PS01186
 
Response Due
9/15/2017
 
Archive Date
9/30/2017
 
Point of Contact
Moore, Heath
 
Small Business Set-Aside
Total Small Business
 
Description
Purchase of Grass and Alfalfa Hay for the Ridgecrest Regional Wild Horse and Burro Facility. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number L17PS01186. This solicitation will utilize the policies contained in the Federal Acquisition Regulations (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acqthuisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. (IV) This solicitation is not a set-aside. The associated NAICS code is 111940. The small business size standard is $750,000.00. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN NO. 0010 - 400 tons of alfalfa hay small bales. CLIN NO. 0020 - 500 tons of alfalfa hay big or medium bales. (VI) STATEMENT OF WORK: 900 TONS ALFALFA HAY 1.GENERAL: The Bureau of Land Management (BLM) Ridgecrest Regional Wild Horse and Burro Facility has a need for 900 tons of alfalfa hay for animals delivered in three different delivery start dates over the period of 4 months. There will be 400 tons of small bales, and 500 tons of big or medium bales. 200 tons of small bales to be delivered between 10/01/2017 and 11/24/2017. Another 200 tons of small bales to be delivered between 12/01/2017 and 01/26/2018. The delivery of 500 tons of big bales shall begin being delivered on the week of 11/01/2017 and completion of delivery by 12/22/2017..900 tons alfalfa hay with no more than 20% grass.Shall be divided into 400 tons of small bales and 500 tons of big or medium bales..Hay shall be a minimum 80% alfalfa with no more than 20% grasses (per bale), used for food for domestic animals, cured, cut and baled. Hay shall be free from animal debris, contamination, dangerous pesticides and foreign matter of any kind (i.e. wire, nails, or other debris) 2.HAY SPECIFICATIONS: a)Shall: i)Be from current year crop or barn stored prior year ii)Be domestically grown iii)Be leafy, green, well cued, properly stored and free of dust, mold, or heating iv)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. b)Shall not: i)Contain more than 20% grasses (per bale) ii)Have any bearded grain or any forage plant containing long awns (spikelet) iii)Have darkened/blackened sides or edges due to mild or moisture damage c)The BLM reserves the right to refuse any hay upon arrival before unloading that is not suitable for wild horses and burros. 3.BALE REQUIREMENTS A)Small bales shall: i)Be cut, crimped and baled with 3 strands of rat and rot proof twine ii)Weigh no less than 90 pounds and not more than 120 pounds per bale B)Small bales shall not: i)Exceed 120 pounds per bale ii)Be less than 90 pounds per bale iii)Be baled in round bales (round bales will be rejected) iv)Be ragged, have varying lengths, have wires or twine of unequal tension, or be broken v)Consist of bales that on top or bottom of stacks stored outside or excessively bleached vi)Be rain or water damaged C)Large bales shall i)Be cut, crimped and baled with a minimum of 5 strands of rot and rat proof twine ii)Shall be uniform 4 foot by 4 foot by 7-8 foot long iii)Large bales need to be tight enough to be handled with a bale fork by the BLM in order to feed D)Large bales shall not i)Be ragged, have varying lengths, have twine of unequal tension, or be broken ii)Consist of bales from top or bottom of stack stored outside iii)Be rain damaged or excessively bleached E)Medium bales shall i)Be cut, crimped and baled with a minimum of 5 strands of rot and rat proof twine ii)Shall be uniform 3 foot by 4 foot by 7-8 foot long iii)Medium bales need to be tight enough to be handled with a bale fork by the BLM in order to feed F)Medium bales shall not i)Be ragged, have varying lengths, have twine of unequal tension, or be broken ii)Consist of bales from top or bottom of stack stored outside iii)Be rain damaged or excessively bleached 4.CERTIFIED WEIGHT TICKETSTonnage shall be established at the Contractor's facility or nearest certified public scales prior to shipment and confirmed in writing. A)A State Certified Weight Ticket shall be provided upon delivery. 5.PLACE OF DELIVERYThe hay shall be delivered, unloaded and stacked by the contractor at the following location: USDI BLM Ridgecrest Regional Wild Horse and Burro Facility 3647-A Randsburg Wash Road Trona, CA 93562 (4 miles East of Ridgecrest, CA on Randsburg Wash Road) 6.NOTIFCATION OF DEIVERYOne (1) work day prior to shipping the hay, the Contractor shall furnish the Contracting Officer's Representative (COR) at the Ridgecrest Corrals the following: A)Anticipated shipping date B)Anticipated tonnage to be shipped C)The name of the carrier responsible for the shipment 7.UNLOADING AT DESTINATION A)The contractor shall be responsible for unloading and stacking the hay bales in designated areas at the Ridgecrest Corrals. Contractor shall provide their own squeeze and labor. THE BLM DOES NOT PROVIDE ANY LABOR OR EQUIPMENT TO HELP WITH THE UNLOADING AND STACKING OF HAY. The small bales shall be stacked not less than 8 tiers high or more than 13 tiers high. The big bales shall be stacked not less than 4 tiers high or more than 6 tiers high. All bales placed on the ground need to be on edge to reduce hay loss. B)Delivery shall be made between the hours of 7:00am and 3:30 pm, local time, Monday through Friday (excluding weekends and National Holidays). All deliveries must be complete by 3:30 pm. C)If an emergency occurs, deliveries maybe 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 Certified Weigh Tickets to the COR (to be determined at the time of award) upon hay delivery. The COR will use the Weight 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. 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. (VII). 200 tons of small bales to be delivered between 10/01/2017 and 11/24/2017. Another 200 tons of small bales to be delivered between 12/01/2017 and 01/26/2018. The delivery of 500 tons of big bales shall begin being delivered on the week of 11/01/2017 and completion of delivery by 12/22/2017. Place of delivery is USDI BLM Ridgecrest Regional Wild Horse and Burro Facility, 3647-A Randsburg Wash Road, Trona, CA 93562. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jan 2017), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide existing product literature, or other documents as stated in paragraph (4) of the referenced clause. (IX) FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Price, This factor evaluates the lowest price received based on specifications provided in the statement of work. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2017), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). _X_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X_ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.acquisition.gov/far/http://www.doi.gov/pam/aindex.html The clauses are incorporated by reference, and their terms and conditions apply: 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-15 STOP-WORK ORDER AUG 1989 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract the following documents are required to be submitted as an attachment to the IPP invoice: -Copy of vendor's electronic invoice must be attached. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 to 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation (only if allowable exception applies). 1452.201-70Authorities and Delegations (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. NOTICE TO CONTRACTORS Contractor Performance Assessment Reporting System (December 2015) 1.FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. 2.The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. 3.We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official (AO). Information in the report must be protected as source selection sensitive information not releasable to the public. 4.When your Contractor Representative(s) are registered in CPARS, they will receive an automatically generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at https://www.cpars.gov/. 5.Within 60 days after the end of a performance period, the AO will complete an interim or final past performance evaluation, and the report will be accessible at https://www.cpars.gov/. a.Contractor Representatives may then provide comments in response to the 6.evaluation, or return the evaluation without comment. b.Your comments should focus on objective facts in the AO's narrative and should a)provide your views on the causes and ramifications of the assessed performance. c.All information provided should be reviewed for accuracy prior to submission. d.If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in the space provided, and then selecting ¿Accept the Ratings and Close the Evaluation. e.Your response is due within 60 calendar days after receipt of the CPAR. On day 15, the evaluation will become available in PPIRS-RC marked as "Pending" with or without comments and whether or not it has been closed. f.If you do not sign and submit the CPAR within 60 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." 6.The following guidelines apply concerning your use of the past performance evaluation:.Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the CO for instructions..Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control..Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility determinations, production readiness reviews, or other similar purposes. 7.If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 60-day review period. 8.A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (End of Local Clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/http://www.doi.gov/pam/aindex.html 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation JAN 2017 52.204-7 System for Award Management OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.204-22 Alternative Line Item Proposal JAN 2017 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ¿Representation NOV 2015 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION OCT 2015 (End of Provision) Basis of Award Award will be made to the responsive offeror with the lowest price. 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.225-18 - Place of Manufacture. (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 2:00 P.M. MST/MDT on September 14, 2017. The preferred (not required) method of quotation submission is through FedConnect. Quotes may be emailed to hmoore@blm.gov. Quotes must be submitted electronically; no mailed or faxed quotes will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L17PS01186/listing.html)
 
Record
SN04673793-W 20170914/170912232635-1e201d8d02bc8f8ce41a83b09a1ebb14 (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.