Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2025 SAM #8675
SOLICITATION NOTICE

87 -- Alfalfa hay for the PVC in Reno, NV

Notice Date
8/25/2025 12:28:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
WASHINGTON DC OFFICE WASHINGTON DC 20003 USA
 
ZIP Code
20003
 
Solicitation Number
140L0125Q0020
 
Response Due
9/8/2025 9:00:00 AM
 
Archive Date
09/23/2025
 
Point of Contact
Stevens, Melanie, Phone: 3032360474, Fax: (303) 236
 
E-Mail Address
mastevens@blm.gov
(mastevens@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 alfalfa hay at the Bureau of Land Management (BLM), National Wild Horse and Burro Center at Palomino Valley Center (PVC). (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 by September 1, 2025 at 10:00 a.m. Mountain Time and a written solicitation will not be issued. (ii) Solicitation Number 140L0125Q0020 is being issued as a Request for Quotation (RFQ). This solicitation will utilize the policies contained in FAR Part 12, Acquisition of Commercial Products and Commercial Services 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 2025-05 effective August 7, 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 Specifications (Attachment 1) for detailed requirements. The Price Schedule to be completed and returned with your quotation is in Attachment 2 and the Certification Form to be completed and returned with your quotation is in Attachment 3. (vi) The alfalfa hay to be acquired through this combined synopsis/solicitation will be delivered to the National Wild Horse and Burro Placement Center at Palomino Valley (PVC), 15780 State Route #445 Reno, NV 89510 (vii) Performance location is detailed in the attached Specifications Document (Attachment 1). (viii) FAR Provision 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this acquisition. Potential quoters shall read and comply with all of the requirements. (See Attachment 4 for Additional Instructions) (ix) Basis for Award: This award will be based on lowest price technically acceptable. To be determined technically acceptable the offeror shall provide a Certification Form (Attachment 3) certifying the alfalfa hay being supplied meet the requirements in the Specifications document (Attachment 1), the type of equipment to be used for alfalfa hay unloading, and the required delivery schedule will be adhered to. The certification form will be evaluated to determine acceptability. This certification form will be graded as Acceptable or Not Acceptable. To be determined as acceptable, the contractor must submit the Certification Form certifying the alfalfa hay to be delivered meets all specifications identified in the Specifications document (Attachment 1), all alfalfa hay will be unloaded using a hay squeeze, and the alfalfa hay will be delivered in accordance with the delivery schedule. The BLM will rank the quotes received by pricing (lowest to highest) and will then evaluate the certification form of the lowest priced quote submitted. If the certification form is found to be acceptable, award will be made to that quoter and the remaining technical quotes will not be evaluated. If the certification form of the lowest quote is found as not acceptable, the certification form of the next lowest price quote will be evaluated, this will continue until award is made. To be eligible for award, the quoter must be deemed responsible in accordance with FAR 9.104; provide all documentation/information required in the FAR 52.212-1 Addendum - Instructions to Offerors Commercial Products and Commercial Services (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. Quotes 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 quoter. (x) Quoters shall include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services, with their quotation. (xi) FAR Clause 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services applies to this acquisition. See Attachment 5 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 5, FAR Clause 52.212-5 for additional information. (xiii) Additional clauses that apply to this acquisition are provided at Attachment 5. These clauses will be incorporated into the successful quoters contract award. Additional provisions that apply to this acquisition are provided at Attachment 6. These provisions are incorporated into this solicitation but will not be incorporated into the successful quoters contract award. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotations are due no later than September 8, 2025, 10:00 a.m. MT. 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 September 1, 2025 10:00 a.m. MT. (xvi) The following individual is the point of contact for this combined synopsis/solicitation. Melanie Stevens Contract Specialist Bureau of Land Management Headquarters Acquisitions Branch Email: mastevens@blm.gov Heath Moore Contracting Officer Bureau of Land Management Headquarters Acquisitions Branch Email: hmoore@blm.gov The following attachments are hereby incorporated into this combined synopsis/solicitation: Attachment 1 - Specifications Attachment 2 - Price Schedule Attachment 3 - Certification Form Attachment 4 - FAR 52.212-1 Addendum - Instructions to Offerors Commercial Products and Commercial Services Attachment 5 - Clauses Attachment 6 - Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/960e5c60258e42d4884378e8613a247c/view)
 
Record
SN07565488-F 20250827/250825230052 (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 |
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.