Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2012 FBO #4040
SOLICITATION NOTICE

87 -- Palomino Valley, Reno Nevada

Notice Date
12/14/2012
 
Notice Type
Presolicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
National Operations Center- BLMDFC, Bldg 50PO Box 25047DenverCO80225USA
 
ZIP Code
00000
 
Solicitation Number
L13PS00068
 
Response Due
1/9/2013
 
Archive Date
2/8/2013
 
Point of Contact
Danny Lavergne
 
E-Mail Address
dlavergne@blm.gov
(dlavergne@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
L13PS00068, GOOD QUALITY HAY FOR THE FEEDING OF WILD HORSES AT THE RIDGE CREST CALIFORNIA HOLDING FACILITY. Solicitation number L13PS00068 applies and will be issued on or about December 14, 2012 as a Request for Proposals (RFP) for the following requirement: The Bureau of Land Management (BLM), National Wild Horse and Burro Center at Palomino Valley has a requirement for 3,000 tons of alfalfa hay, 2012second cutting. The hay delivered can be baled in small bales or large bales with a minimum 750 tons of small bales. The hay shall be at least 75% alfalfa with not more than 25% grasses (per bale), used for food for domestic animals, cured, cut, and stored for fodder. Hay shall also be stored in barn, and/or covered with hay tarps. Any hay stored outside uncovered must be free from any weather related damage. Delivery of 3,000 tons will be accomplished between February1, 2013 and April 30, 2013. ALFALFA SPECIFICATIONS: 2012 2nd crop; be domestically grown.; Be leafy, green, well cured, properly stored and free of dust, mold, or heating.; Be barn stored or covered with hay tarps. Any hay stored outside uncovered must be free from any weather related damage.; be free of any Russian Thistle or prickly herb, 'Cheat' grass, and any other weed or grass not considered healthy forage for domestic animals;Shall not:contain more than 25% grasses (per bale); and,Have any bearded grain or any forage plant containing long awns (spikelets).BALE REQUIREMENTS:SMALL BALES; Shall: be cut with crimper and baled with 3-strands of wire, or 3-strands of RAT and rot-proof twine; and,Weigh no less than 100 pounds and not more than 140 pounds. ;Shall not: ;exceed 140 pounds per bale;be less than 100 pounds per bale; be baled in 'round bales' (round bales will be rejected); and, Be ragged, have varying lengths, have wires or twine of unequal tension, or, be broken.; Consist of bales that are on top or bottom of stacks stored outside.; Be rain damaged.; LARGE BALES; be cut with crimper and baled with 6-8strands of wire, or 6-8strands of RAT and rot-proof twine; and, weigh no less than 800 pounds and not more than 2000 pounds.;Shall not: be baled in 'round bales' (round bales will be rejected); and, be ragged, have varying lengths, have wires or twine of unequal tension, or, be broken. consist of bales that are on top or bottom of stacks stored outside. be rain damaged.CERTIFIED WEIGHT TICKETS: Tonnage shall be established at the Contractor's facility prior to shipment, and confirmed in writing. Total weight (per ton) shipped by the Contractor will be confirmed by the Project Inspector (PI). A State Certified Weight Ticket shall be provided to the PI. PLACE OF DELIVERY: The hay shall be delivered, unloaded, and stacked by the contractor at the following location: National Wild Horse and Burro Placement Center at Palomino Valley (PVC) 15780 State Route #445 Reno, Nevada 89510 TIME OF DELIVERY: 3,000 tons of the alfalfa hay shall be delivered between February 1, 2013 and April 30, 2013.UNLOADING AT DESTINATIONThe Contractor shall be responsible for unloading and stacking the hay bales under the hay shed and in other designated areas at PVC. 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) work days prior to shipping the alfalfa, the Contractor shall furnish to the PI the following: Anticipated shipment date; Anticipated total tonnage to be shipped; and The name of the carrier responsible for the shipment. Delivery shall be made between the hours of 7:30 a.m. and 4:00 p.m., local time, Monday through Friday, excluding weekends and national holidays. If an emergency occurs, deliveries may be requested for a Saturday, Sunday, or national holiday, providing the Contractor notifies the PI on the preceding Friday and/or within the preceding work day of the delivery date. The Contractor shall provide weigh tickets to the PI upon hay delivery. The PI 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. 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 L13PS00069. Proposals are due January 9, 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.ccr.sam to be eligible for award of a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L13PS00068/listing.html)
 
Record
SN02949660-W 20121216/121214234724-6c8b62111b4f23c00b649a4144e3a7b2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.