Michigan Bids > Bid Detail

68--Entomolgy Supplies (Herbicides-Pesticides)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159274007985914
Posted Date: Apr 20, 2023
Due Date: Apr 28, 2023
Solicitation No: W50S85-23-Q-0020
Source: https://sam.gov/opp/9b29a51a3d...
Follow
68--Entomolgy Supplies (Herbicides-Pesticides)
Active
Contract Opportunity
Notice ID
W50S85-23-Q-0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NF USPFO ACTIVITY MI ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 20, 2023 09:55 am EDT
  • Original Date Offers Due: Apr 28, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6840 - PEST CONTROL AGENTS AND DISINFECTANTS
  • NAICS Code:
    • 325320 - Pesticide and Other Agricultural Chemical Manufacturing
  • Place of Performance:
    43200 Maple Street Selfridge ANG Base , MI 48045
    USA
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 W50S85-23-Q-0020 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 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 325320 with a small business size standard of 1,150.00 employees. This requirement is a Small Business Set-Aside 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:

2023-04-28 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Selfridge ANG Base, MI 48045

The Michigan Air National Guard Consolidated Contracting (MACC) requires the following items, Meet or Exceed, to the following:
LI 001: Three-Way Selective Post Emergent Liquid Herbicide 2.5 gallon, Meet or exceed LESCO, 3, EA;
LI 002: 25E Non Selective Liquid Herbicide 2.5 gallon, Meet or exceed Pramitol, 72, EA;
LI 003: Tracker MAX Spray Indicator Dye Blue 32 oz Meet or exceed LESCO, 2, EA;
LI 004: Stonewall 4FL Heribcide 2.5 gallon, Meet or exceed LESCO, 3, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers 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, Michigan Air National Guard Consolidated Contracting (MACC) 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Michigan Air National Guard Consolidated Contracting (MACC) 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 Offerers 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. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers require additional clarification, notify the point of contact or 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.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note
that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on
the basis of price, technical capability, delivery, and past performance.

In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL.

The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation:
252.203-7005 Representation Relating to Compensation of Former DOD officials
252.204-7004, Alternate A
252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation)
252.204-7011 Alternative Line Item Structure
252.217-7019 ALT I, Sanitary Conditions-Alternate I
252.217-7022, Code Dating
252.217-7023, Marking
252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.232-7003, Electronic Submission of Payment Requests
252.225-7000 Buy American Statute-Balance of Payments Program Certificate
252.243-7002, Requests for Equitable Adjustment
252.246-7000, Material Inspection and Receiving Report

The following FAR Provisions and Clauses apply to this acquisition:
52.203-3, Gratuities
52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government
52.204-4, Printed or Copied-Double Sided on Recycled Paper
52.204-7, Central Contractor Registration
52.204-9, Personal Identity Verification of Contractor Personnel
52.211-6 Brand Name or Equal
52.211-16, Variation in Quantity (25% Increase/25% Decrease)
52.212-1, Instructions to Offerors-Commercial Items
52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process)
52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I
52.212-4, Contract Terms and Conditions-Commercial Items
52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation)
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns
52.222-3, Convict Labor
52.222-19, Child Labor - Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans
52.222-36, Affirmative Action for Workers with Disabilities
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration
52.233-2, Service of Protest
52.232-18 Availability of Funds
52.233-3, Protest after Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-34, F.O.B. Destination
52.252-1, Solicitation Provisions Incorporated By Reference
52.252-2, Clauses Incorporated By Reference
52.252-6, Authorized Deviations in Clauses

A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications - Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/.

By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in SAM prior to award, during performance, and through final payment of any contract resulting from this RFQ.

Vendors must follow FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

Vendors must follow FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" 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, 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/.
Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MIARNG DO NOT DELETE 3423 N MARTIN LUTHER KING BLVD
  • LANSING , MI 48906-2934
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 20, 2023 09:55 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >