SOLICITATION NOTICE
87 -- Grass Hay BLM Nevada
- Notice Date
- 8/7/2025 4:39:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 111940
— Hay Farming
- Contracting Office
- NATIONAL OPERATIONS CENTER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140L0125Q0015
- Response Due
- 8/25/2025 11:00:00 AM
- Archive Date
- 09/09/2025
- Point of Contact
- Alger, Andrew, Phone: 3032369452, Fax: (303) 236-9470
- E-Mail Address
-
aalger@blm.gov
(aalger@blm.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pursuant to Federal Acquisition Regulation (FAR) 12.603(a), the Contracting Officer is issuing a combined synopsis/solicitation for the acquisition of grass hay at the Palomino Valley Wild Horse & Burro Facility in Nevada. (i) This is a combined synopsis/solicitation for the acquisition of commercial products 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; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation Number 140L0125Q0015 is being issued as a Request for Quotation (RFQ). This solicitation will utilize the policies contained in FAR Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 June 11, 2025. (iv) This solicitation is being issued as a 100% total small business set-aside. The NAICS associated with this solicitation is 111940, Hay Farming, size standard of $2,500,000.00. (v) See the attached Statement of Work (SOW) for detailed requirements (Attachment 1), the pricing sheet to be completed and returned with your quotation (Attachment 2). (vi) The hay to be acquired through this combined synopsis/solicitation will be delivered to National Wild Horse and Burro Placement Center at Palomino Valley, 15780 State Route #445, Reno, Nevada 89510. (vii) Performance location is detailed in the attached SOW (Attachment 1). (viii) FAR Provision 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition. Potential offerors shall read and comply with all of the requirements. (See Attachment 4 for Additional Instructions). (ix) Basis for Award: The basis of award for this contract shall be Lowest Price Technically Acceptable (LPTA), the evaluated price will be the overall total price and the non-price factor is as follows: This award will be based on lowest price technically acceptable. To be determined technically acceptable the offeror shall provide a product information sheet that shows that the products being supplied meets the general requirements as specified in the specification/instructions document; all deliveries will be pre-coordinated with the BLM Contracting Officer Representative (COR). The BLM will rank the quotes received by pricing (lowest to highest) and will then evaluate the product information sheet of the lowest price quote submitted. If that product information sheet is found to be acceptable based on the requirements of this RFQ, award will be made to that contractor and the product information sheets of the other quotes will not be evaluated. If the product information sheet of the lowest priced quote is found to be not acceptable then the product information sheet of the next lowest price quote will be evaluated, this will continue until award is made. To be eligible for award, the offeror must be deemed responsible in accordance with FAR 9.104; provide all documentation/information required in the Additional Instructions section (Attachment 4) of this solicitation, meet all requirements of the solicitation and conform to all required terms and conditions, unless a proposed exception is accepted by the Government. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government seeks to award to the lowest price technically acceptable offeror. (x) Offerors shall include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services, with their quotation if they are not registered in the System for Award Management (SAM). If already registered in SAM, the quoter shall verify the information is up-to-date. (xi) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services applies to this acquisition. See Attachment 3 for FAR reference. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition. See Attachment 3, FAR Clause 52.212-5 for additional information. (xiii) Additional provisions and clauses that apply to this acquisition are provided at Attachment 3. These clauses will be incorporated into the successful offerors' contract award. Additional provisions that apply to this acquisition are provided at Attachment 3. These provisions are incorporated into this solicitation but will not be incorporated into the successful offerors' contract award. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotations are due no later than Monday, August 25, 2025, 2:00 p.m. EDT. Quotations shall be submitted via electronic mail to the point of contact listed below in section (xvi). Interested parties may submit questions relating to this solicitation via electronic mail to the point of contact listed in section (xvi) and are due no later than Thursday, August 14, 2025, 2:00 p.m. EDT. (xvi) The following individual is the point of contact for this combined synopsis/solicitation. Andrew Alger Contracting Officer Bureau of Land Management Headquarters Acquisitions Branch Email: aalger@blm.gov The following attachments are hereby incorporated into this combined synopsis/solicitation: Attachment 1 - Specifications Attachment 2 - Price Schedule Attachment 3 - Clauses and Provisions Attachment 4 - Instructions to Offeror Attachment 5 � Wage Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b69d5c48cba844f4acdc91bd68d9e9ce/view)
- Record
- SN07542590-F 20250809/250807230102 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |