The RFP Database
New business relationships start here

Grass and Alfalfa Hay, Wild Horse & Burros


California, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Grass and Alfalfa Hay, Wild Horse & Burros, Ridgecrest Wild Horse and Burro Facility

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, 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 number is 140L1219Q0026, issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 20 Dec 2018. This requirement is set aside 100% for small business. The NAICS is 111940, which has a small business size standard of $0.75M.

List of line item numbers, and items, quantities, and units of measure:

Line item 00010: 500 Tons Small Bales clean rye grass, meadow grass, orchard grass or Bermuda grass. (Up to 250 tons of big bales would also be acceptable)

Line Item 00020: 1,000 tons of grass alfalfa hay, with a split of 50% grass to 50% alfalfa per bale. This ratio can vary up to 20% and still meet the requirement. 500 tons will be big bales; the other 500 will be small bales.

See attached Statement of Work for complete details.

Delivery Location:
USDI Bureau of Land Management
Ridgecrest Regional Wild Horse and Burro facility 3647-A Randsburg Wash Road
Trana, CA 93562
(4 miles East of Ridgecrest, CA on Randsburg Wash Road)
Delivery shall begin on or after July 1, 2019. The contractor must deliver at least 2 loads of grass and 2 loads of Alfalfa Grass by July 15, 2019.

The contractor will be responsible for the unloading and stacking of hay bales. The BLM will not provide any equipment or labor to help with the unloading or stacking of hay.

In order to be technically acceptable the offeror's quote shall include a statement that it will meet the requirements listed in the SOW including the composition of the bales, and that it understands the delivery location. Pricing shall be per bale and include all costs such as labor, materials, and delivery charges. The contractor shall include its full name, point of contact name and telephone number, mailing address, business size, and DUNS number with its quote.

Date, time and place offers are due: Quotes shall be emailed to the Contract Specialist Laura StJohn at lstjohn@blm.gov by no later than May 29, 2019 at 4:00 pm PT. If you are unable to email your quote contact the contract specialist at least business 2 days before the closing date and time of the solicitation for alternate submission methods. All received quotes will be acknowledged by return email.

Contact the Contract Specialist at lstjohn@blm for information regarding this solicitation.


The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. All offeorors must be actively registered in the System for Award Management (sam.gov) as of the closing date of this solicitation. Registration in SAM is FREE - see sam.gov for details.
52.212-2, Evaluation -- Commercial Items applies to this acquisition. Award will be made to the lowest priced offeror with a technically acceptable quote and an acceptable past performance record.


If an offeror does not have its Offeror Representations and Certifications completed in sam.gov it shall 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.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses within 52.212-5 are applicable to this acquisition:
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.219-6, Notice of Total Small Business Aside (Nov 2011)
52.219-8, Utilization of Small Business Concerns (Oct 2018)
52.219-13, Notice of Set-Aside of Orders (Nov 2011)
52.219-14, Limitations on Subcontracting (Jan 2017)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018)
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sep 2016)
52.222-35, Equal Opportunity for Veterans (Oct 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014
52.222-37, Employment Reports on Veterans (Feb 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act
52.222-50, Combating Trafficking in Persons (JAN 2019)
52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug
52.225-1, Buy American--Supplies (May 2014)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018)
52.242-5, Payments to Small Business Subcontractors (Jan 2017)
The following clauses and provisions also apply to this acquisition:
FAR 52.242-15 - Stop Work Order (Aug 1989)
52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)
52.204-18 -- Commercial and Government Entity Code Maintenance (Jul 2016)
52.223-5 -- Pollution Prevention and Right-to-Know Information (May 2011)
52.223-10 -- Waste Reduction Program (May 2011)
52.228-5 -- Insurance -- Work on a Government Installation (Jan 1997)
52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015)

FAR 52.212-1    Instructions to Offerors -- Commercial Items    Jan 2017
FAR 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2016)
FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items (Nov 2017)
FAR 52.209-7 - Information Regarding Responsibility Matters (Jul 2013)
DIAR 1452.201-70 Authorities and Delegations (Sep 2011)
DIAR 1452.215-71 Use and Disclosure of Proposal InformationB?Department of the Interior.

DOI-AAAP-0028 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:

1.    Contractor's Official Invoice
2.    Invoice date and Government Contract Number
3.    Billing period specified with beginning and ending dates. The beginning date must not be later than the completion date or within any previous billing dates.

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 the Federal Reserve Bank of Boston (FRBB) within 3 - 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.
(End of Local Clause)


FAR 52.233-2 -- Service of Protest (Sep 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Bureau of Land Management, California State Office, Business Services, 2800 Cottage Way, Rm W-1623, Sacramento, CA 95825.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision)

---- end -----

St John, Laura

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP