87--ELM CREEK WH&B HAY PURCHASING CONTRACT
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 09, 2024 02:08 pm MDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 01, 2024
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: 5050 100TH ROAD Elm Creek , NEUSA
Description
(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 140L6224Q0022 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 2024-05 May 22, 2024.
(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 Specification- Instructions for detailed requirements (Attachment 1), the pricing sheet to be completed and returned with your quotation is in attachment 2.
(vi) The hay to be acquired through this combined synopsis/solicitation will be delivered to BLM- WO Mid-Continental Facility, 5050 100Th Road, Elm Creek, NE 68836.
(vii) Performance location is detailed in the attached Specification-Instructions (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 TO 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 specification-instruction 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.
(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 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 Tuesday, July 17, 2024, 2:00 p.m. MD. 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 Monday, July 8, 2024, 9:00 a.m. MD.
(xvi) The following individual is the point of contact for this combined synopsis/solicitation.
Crystal Martinez
Contract Specialist
Bureau of Land Management
Wyoming State Office
Email: crystalm@blm.gov
David Slade
Contracting Officer
Bureau of Land Management
Headquarters Acquisitions Branch
Email: dslade@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
Contact Information
Primary Point of Contact
- Martinez, Crystal
- crystalm@blm.gov
- Phone Number 3077756336
- Fax Number (307) 775-6129