S2--Pest Management Services
Bids are being solicited under solicitation number W911SD-23-R-0027. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The so... Bids are being solicited under solicitation number W911SD-23-R-0027. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to https://marketplace.unisonglobal.com and reference Buy No. 1127931. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-03-01 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Place of Performance. The MICC West Point requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Scheduled Maintenance Interior, 12, Months; LI 002: Scheduled Maintenance Exterior, 8, Months; LI 003: Adult Mosquito Control, 100, Hours; LI 004: Larval Mosq. Control, 1000, EA; LI 005: Tick Control, 40, Acre; LI 006: Structural Pest Control, 200, Hours; LI 007: Stored Products Pest Control, 20, Hours; LI 008: Misc. Nuisance Pest Control, 700, Hours; LI 009: Stray Animal Control, 75, Hours; LI 010: Bird Management, 1000, Linear Foot; LI 011: Ornamental Pest Control, 50, Hours; LI 012: Turf Insect Control, 20, Acre; LI 013: Turf Disease Control, 20, Acre; LI 014: Turf Plant Pest Control, 30, Acre; LI 015: Non-Turf Plant Pest Control, 100, Hours; LI 016: Aquatic Rooted Plant Control, 10, Acre; LI 017: Aquatic Algae Control, 10, Acre; LI 018: Brush Control, 40, Acre; LI 019: Security Fence -Line Maint., 15, Acre; LI 020: Primo Applications, 180, Acre; LI 021: Proxy Applications, 90, Acre; LI 022: Fogging for Microbes, 75, Hours; LI 023: Premium Hours, 75, Hours; LI 024: Contract Data Reports, 12, Months; LI 025: Option 1001 Scheduled Maint Interior, 12, Months; LI 026: Option 1002 Scheduled Maint Exterior, 8, Months; LI 027: Option 1003 Adult Mosquito Control, 100, Hours; LI 028: Option 1004 Larval Mosq. Control, 1000, EA; LI 029: Option 1005 Tick Control, 40, Acre; LI 030: Option 1006 Structural Pest Control, 200, Hours; LI 031: Option 1007 Stored Products Pest Control, 20, Hours; LI 032: Option 1008 Misc. Nuisance Pest Control, 700, Hours; LI 033: Option 1009 Stray Animal Control, 75, Hours; LI 034: Option 1010 Bird Management, 1000, Linear Foot; LI 035: Option 1011 Ornamental Pest Control, 50, Hours; LI 036: Option 1012 Turf Insect Control, 20, Acre; LI 037: Option 1013 Turf Disease Control, 20, Acre; LI 038: Option 1014 Turf Plant Pest Control, 30, Acre; LI 039: Option 1015 Non-Turf Plant Pest Control, 100, Hours; LI 040: Option 1016 Aquatic Rooted Plant Control, 10, Acre; LI 041: Option 1017 Aquatic Algae Control, 10, Acre; LI 042: Option 1018 Brush Control, 40, Acre; LI 043: Option 1019 Security Fence -Line Maint., 15, Acre; LI 044: Option 1020 Primo Applications, 180, Acre; LI 045: Option 1021 Proxy Applications, 90, Acre; LI 046: Option 1022 Fogging for Microbes, 75, Hours; LI 047: Option 1023 Premium Hours, 75, Hours; LI 048: Option 1024 Contract Data Reports, 12, Months; LI 049: Option 2001 Scheduled Maint Interior, 12, Months; LI 050: Option 2002 Scheduled Maint Exterior, 8, Months; LI 051: Option 2003 Adult Mosquito Control, 100, Hours; LI 052: Option 2004 Larval Mosq. Control, 1000, EA; LI 053: Option 2005 Tick Control, 40, Acre; LI 054: Option 2006 Structural Pest Control, 200, Hours; LI 055: Option 2007 Stored Products Pest Control, 20, Hours; LI 056: Option 2008 Misc. Nuisance Pest Control, 700, Hours; LI 057: Option 2009 Stray Animal Control, 75, Hours; LI 058: Option 2010 Bird Management, 1000, Linear Foot; LI 059: Option 2011 Ornamental Pest Control, 50, Hours; LI 060: Option 2012 Turf Insect Control, 20, Acre; LI 061: Option 2013 Turf Disease Control, 20, Acre; LI 062: Option 2014 Turf Plant Pest Control, 30, Acre; LI 063: OPtion 2015 Non-Turf Plant Pest Control, 100, Hours; LI 064: Option 2016 Aquatic Rooted Plant Control, 10, Acre; LI 065: Option 2017 Aquatic Algae Control, 10, Acre; LI 066: Option 2018 Brush Control, 40, Acre; LI 067: Option 2019 Security Fence -Line Maint., 15, Acre; LI 068: Option 2020 Primo Applications, 180, Acre; LI 069: Option 2021 Proxy Applications, 90, Acre; LI 070: Option 2022 Fogging for Microbes, 75, Hours; LI 071: Option 2023 Premium Hours, 75, Hours; LI 072: Option 2024 Contract Data Reports, 12, Months; LI 073: Option 3001 Scheduled Maint Interior, 12, Months; LI 074: Option 3002 Scheduled Maint Exterior, 8, Months; LI 075: Option 3003 Adult Mosquito Control, 100, Hours; LI 076: Option 3004 Larval Mosq. Control, 1000, EA; LI 077: Option 3005 Tick Control, 40, Acre; LI 078: Option 3006 Structural Pest Control, 200, Hours; LI 079: Option 3007 Stored Products Pest Control, 20, Hours; LI 080: Option 3008 Misc. Nuisance Pest Control, 700, Hours; LI 081: Option 3009 Stray Animal Control, 75, Hours; LI 082: Option 3010 Bird Management, 1000, Linear Foot; LI 083: Option 3011 Ornamental Pest Control, 50, Hours; LI 084: Option 3012 Turf Insect Control, 20, Acre; LI 085: Option 3013 Turf Disease Control, 20, Acre; LI 086: Option 3014 Turf Plant Pest Control, 30, Acre; LI 087: Option 3015 Non-Turf Plant Pest Control, 100, Hours; LI 088: Option 3016 Aquatic Rooted Plant Control, 10, Acre; LI 089: Option 3017 Aquatic Algae Control, 10, Acre; LI 090: Option 3018 Brush Control, 40, Acre; LI 091: Option 3019 Security Fence -Line Maint., 15, Acre; LI 092: Option 3020 Primo Applications, 180, Acre; LI 093: Option 3021 Proxy Applications, 90, Acre; LI 094: Option 3022 Fogging for Microbes, 75, Hours; LI 095: Option 3023 Premium Hours, 75, Hours; LI 096: Option 3024 Contract Data Reports, 12, Months; LI 097: Option 4001 Scheduled Maint Interior, 12, Months; LI 098: Option 4002 Scheduled Maint Exterior, 8, Months; LI 099: Option 4003 Adult Mosquito Control, 100, Hours; LI 100: Option 4004 Larval Mosq. Control, 1000, EA; LI 101: Option 4005 Tick Control, 40, Acre; LI 102: Option 4006 Structural Pest Control, 200, Hours; LI 103: OPtion 4007 Stored Products Pest Control, 20, Hours; LI 104: Option 4008 Misc. Nuisance Pest Control, 700, Hours; LI 105: Option 4009 Stray Animal Control, 75, Hours; LI 106: Option 4010 Bird Management, 1000, Linear Foot; LI 107: Option 4011 Ornamental Pest Control, 50, Hours; LI 108: Option 4012 Turf Insect Control, 20, Acre; LI 109: Option 4013 Turf Disease Control, 20, Acre; LI 110: Option 4014 Turf Plant Pest Control, 30, Acre; LI 111: Option 4015 Non-Turf Plant Pest Control, 100, Hours; LI 112: Option 4016 Aquatic Rooted Plant Control, 10, Acre; LI 113: Option 4017 Aquatic Algae Control, 10, Acre; LI 114: Option 4018 Brush Control, 40, Acre; LI 115: Option 4019 Security Fence -Line Maint., 15, Acre; LI 116: Option 4020 Primo Applications, 180, Acre; LI 117: Option 4021 Proxy Applications, 90, Acre; LI 118: Option 4022 Fogging for Microbes, 75, Hours; LI 119: Option 4023 Premium Hours, 75, Hours; LI 120: Option 4024 Contract Data Reports, 12, Months; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC West Point intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC West Point is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact the Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, contact Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and the following clauses: 52.219-28, 52.222-19, 52.222-21, 52.22-22, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.232-99 (DEV), 52.233-4 and DFAR 252.212-7001, 252.232-7003, 252.232-7010, 252.232-7006 and 252.209-7999. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFAR1.htm
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »