Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

68 -- Aquatic Herbicide for Irrigation Application

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
911 NE 11th Ave., Portland, OR 97232
 
ZIP Code
97232
 
Solicitation Number
PR0040255712
 
Response Due
2/11/2016
 
Archive Date
8/9/2016
 
Point of Contact
Name: Anita MacAuley, Title: Contract Specialist, Phone: 5032312211, Fax:
 
E-Mail Address
anita.macauley@bia.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 PR0040255712 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 325320 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.FedBid.com will start on the date this solicitation is posted and will end on 2016-02-11 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.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. 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., 4, 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., 5, 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., 1, 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.fedbid.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, FedBid, Inc. FedBid 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.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid 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) 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/. This award is set aside for Indian Small Business Economic Enterprises. See clause at 1452.280-1, Notice of Indian Small Business Economic Enterprise Set-aside (JULY 2013). 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/PR0040255712/listing.html)
 
Place of Performance
Address: Fort Hall, ID 83203
Zip Code: 83203
 
Record
SN04017778-W 20160213/160211234354-5b67da95193ac84b92d7c748be40d044 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.