Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

68 -- Aquatic Herbicide for Irrigation Application

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
911 NE 11th Ave., Portland, OR 97232
 
ZIP Code
97232
 
Solicitation Number
PR0040305635-1
 
Response Due
3/13/2017
 
Archive Date
9/9/2017
 
Point of Contact
Name: Anita MacAuley, Title: Contract Specialist, Phone: 5032312211, Fax:
 
E-Mail Address
anita.macauley@bia.gov;
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
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 PR0040305635-1 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 2005-95. 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 an [ Indian Small Business Economic Enterprises ] 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 2017-03-13 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be St. Ignatius, MT 59865 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001: Natique Aquatic Herbicide, 275-gallon tote, for irrigation canal/agricultural applications, or equivalent brand. Equivalent features: 1. this herbicide must be the 275 gallon size for ease of application; no other sized tote will be accepted; 2. Active ingredient must be: Copper ethylene diamine complex 13.2%; Copper triethanolamine complex, 14.9%; must treat aquatic weeds and algae including: Other element is that is has to be able to treat most all invasive species but particularly the following: SAGO PONDWEED, AMERICAN PONDWEED, WATERWEED, COONTAIL, ALGAE and be safe for bull trout. NOTE: This buy includes the clause at FAR 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997). See the clause in the attached pdf, "Terms," for required submittals. Price for this line item must include delivery to Saint Ignatius, Montana, as well as 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., 10, 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/. 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. 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as œbrand 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 œequal products must meet are specified in the solicitation. (b) To be considered for award, offers of œequal products, including œequal 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 œequal 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 œequal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.223-3, Hazardous Material Identification and Material Safety Data applies to this solicitation and an award issued from it. FAR 52.223-3 states, in part "d) the apparently successful offeror agrees to submit, for each item as required prior to award, a Material Safety Data Sheet, meeting the requirements of 29 CFR 1910.1200(g) and the latest version of Federal Standard 313, for all hazardous material identified in paragraph b of this clause. Data shall be submitted in accordance with Federal Standard 313, whether or not the apparently successful offeror is the actual manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the apparently successful offeror being considered nonresponsible and ineligible for award. SEE FULL TEXT OF CLAUSE 52.223-3 in "TERMS" document, attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/PR0040305635-1/listing.html)
 
Place of Performance
Address: St. Ignatius, MT 59865
Zip Code: 59865
 
Record
SN04423832-W 20170308/170306234156-479e06b46cc3e98b1f70a2ba4a43fb31 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.