68--Aquatic Herbicide for Irrigation Application
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in t... CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is PR0040422906 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-101 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-03-22 11:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Hall, ID 83203 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001: Teton Herbicide, 250-gallon tote, for irrigation canal/agricultural applications, or equivalent brand. Equivalent features: this herbicide must control both pond weeds and algae growth; must be in the "non-restricted" category of herbicides; must be an EPA-registered herbicide; must contain active ingredient: Salt of Endothall. No restricted-use or non-EPA registered herbicides will be considered for award. Also, due to the application requirements and efficiency of application, only 250-gallon sized totes will be considered. Any vendor proposal containg an alternative sized tote will be removed from consideration for award. Price for this line item must include pick up and disposal of the empty totes from the delivery location. Vendor will be allowed up to 6 months from date of award to pick up all used totes. NOTE: See Seller Attachments section of this solicitation for the required documentation that must be submitted with your quote to be considered for award., 8, EA; LI 002: Teton Herbicide, 250-gallon tote, or equal. See line item 001 for "or equal" features. Price for this line item must include pick up and disposal of the empty totes from the delivery location. Vendor will be allowed up to 6 months from date of award to pick up all used totes. Note: this is a separate line item due to funding source only; the specifications are the same as line item 001. NOTE: See Seller Attachments section of this solicitation for the required documentation that must be submitted with your quote to be considered for award., 6, EA; LI 003: Teton Herbicide, 250-gallon tote, or equal. See line item 001 for "or equal" features. Price for this line item must include pick up and disposal of the empty totes from the delivery location. Vendor will be allowed up to 6 months from date of award to pick up all used totes. Note: this is a separate line item due to funding source only; the specifications are the same as line item 001. NOTE: See Seller Attachments section of this solicitation for the required documentation that must be submitted with your quote to be considered for award., 2, EA; 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 www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. : 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) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. NAICS code 325320, Pesticide and Other Agricultural Chemical Manufacturing, and size standard, 500 employees, applies to this buy. Vendors must represent their company to be a small business according to this business size definition. Federal Acquisition Regulation (FAR) clause 52.223-3, Hazardous Material Identification and Material Safety Data applies to this solicitation and any order issued from it. Failure to submit information required by this clause will result in the seller's quote being removed from consideration for award. See "SELLER ATTACHMENTS" section of this solicitation for other required submittals, including product specification sheets and past performance history. 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal� products, including “equal� products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644). (a) Definition. “Small business concern,� as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »