Jordan River Phragmites Control

expired opportunity(Expired)
From: Utah(State)
AS24-100

Basic Details

started - 27 Feb, 2024 (2 months ago)

Start Date

27 Feb, 2024 (2 months ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
AS24-100

Identifier

AS24-100
Utah Division of Purchasing

Customer / Agency

Utah Division of Purchasing
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

20 March 2024 Jordan River Phragmites Control Forestry, Fire and State Lands is seeking a primary and a secondary contractor for 5 years contracts to treat phragmites along the Jordan River. 20 March 2024 Open 2/27/2024 11:00 AM MST Type Invitation for Bid No Line Item Close 3/29/2024 2:00 PM MDT Number AS24-100 Currency US Dollar Sealed Until 3/29/2024 2:00 PM MDT 20 March 2024 Contacts Ann Schliep aschliep@utah.gov Phone +1 801-957-7132 20 March 2024 Commodity Codes Commodity Code Description 70140 Crop production and management and protection including ariel applications and crop dusting and seeding and fertilizer and herbicide application 10170 Fertilizers and plant nutrients and herbicides including organic fertilizers and plant nutrients and chemical fertilizers soil conditioners 20 March 202420 March 202420 March 202420 March 202420 March 202420 March 202420 March 2024 mailto:
href="mailto:aschliep@utah.gov">aschliep@utah.gov Issuing Procurement Unit State of Utah Division of Purchasing Conducting Procurement Unit State of Utah Division of Forestry, Fire and State Lands INVITATION FOR BIDS Jordan River Phragmites Control SOLICITATION #AS24-100 This Invitation for Bids "IFB" is issued in accordance with the State of Utah Procurement Code and the Utah Administrative Code. If any provision of this IFB conflicts with the Utah Procurement Code or the Utah Administrative Code, then the Utah Procurement Code and then the Utah Administrative Code will take precedence. Purpose of this Solicitation The purpose of this IFB is to enter into a contract with the lowest responsive and responsible bidder to provide: Jordan River Phragmites control. See Attachment B for additional information. It is anticipated that this IFB will result in multiple contract awards. The methodology or formula that will be used to determine the number of contract awards is based on the lowest bids, we will award a primary and a secondary contract. If the primary contractor is not able to accept a project then the secondary contractor may be called upon to complete the project. Once the primary and secondary contractor are established they will not change positions throughout the term of the contracts. Closing date and time The closing date and time for this sourcing event are provided in this posting. If your time is different from that shown, your profile may be set to a different time zone. Please see the attachment titled "Changing Your Time Zone" in the Buyer Attachments section for directions on how to update your profile. It is your responsibility to make sure you submit your response by the date and time indicated above. Mandatory Site Visit Prior to submitting a bid, prospective contractors will be required to attend a meeting with FFSL staff at an example project site along the Jordan River. This meeting will be held on March 19, 2024, at 1:00 pm at Thanksgiving Point Trailhead Park (this location is east of the Jordan River, at the end of Cottonwood Dr. in Lehi, UT 84043). The purpose of this field visit is to make contractors aware of the typical site conditions and access associated with project locations within the Jordan River Corridor. Per Utah Procurement Rule R33-1-13 Pre-Bid Conferences and Site Visits. Mandatory site visits must be attended in person by an authorized representative of the person or vendor submitting a bid. The meeting will begin promptly at the specified time. Any prospective bidders who arrive late to the meeting will not be allowed to continue with the site visit nor submit a bid. Failure to attend the site visit shall result in the disqualification of any bidder who does not have an authorized representative attend the entire duration of the mandatory site visit. This includes not taking calls/texts during the site visit. Phones may be used to take pictures. All discussions not related to the site visit must be done after the site visit to not be a disturbance during the site visit. An attendance log will be maintained including the name of each attendee, the entity the attendee is representing, and the attendee’s contact information, minutes of the site visit, and copies of any documents distributed by the conducting procurement unit to the attendees and shall be published as an addendum to the solicitation. Any verbal modifications made to any of the solicitation documents during the mandatory site visit shall be reduced to writing and will be published as an addendum to the solicitation. Length of the Contract The contract resulting from this IFB will be for FIVE (5) years. Background See Attachment B for additional information. Issuing Procurement Unit, Conducting Procurement Unit, and Solicitation Number The State of Utah Division of Purchasing is the issuing procurement unit and Forestry, Fire and State Lands is the conducting procurement unit for this IFB (referred to as “the State”). The reference number for this IFB is Solicitation #AS24-100. This solicitation number must be referred to on all bids, correspondence, and documentation submitted to the State relating to this IFB. Description Additional Information Bidders are prohibited from communications regarding this IFB with the conducting procurement unit staff, evaluation committee members, or other associated individuals EXCEPT the State of Utah Division of Purchasing procurement officer overseeing this IFB. Wherever in this IFB an item is defined by using a trade name, brand name, or manufacturer and/or model number, it is intended that the words, “or equivalent” apply; and invite the submission of equivalent products by the Bidders. Bidders may be required to submit product samples to assist the chief procurement officer or head of a procurement unit with independent procurement authority in evaluating whether a procurement item meets the specifications and other requirements set forth in the invitation to bid. Product samples must be furnished free of charge unless otherwise stated in the invitation for bids, and if not destroyed by testing, will upon written request within any deadline stated in the invitation for bids, be returned at the bidder's expense. Samples must be labeled or otherwise identified as specified in the invitation for bids by the procurement unit. New Technology Pursuant to Utah Administrative Rule R33-12-502 the awarded contract(s) may be modified to incorporate new technology or technological upgrades associated with the procurement item being solicited, including new or upgraded: (i) systems; (ii) apparatuses; (iii) modules; (iv) components; and (v) other supplementary items. Further, a maintenance or service agreement associated with the procurement item under the resulting contract(s) may be modified to include any new technology or technological upgrades. Any contract modification incorporating new technology or technological upgrades will be specific to the procurement item being solicited and substantially within the scope of the original procurement or contract. Legislative Appropriations Additional funding may be added to the awarded contract(s), if additional funding is provided to the procurement unit for the purpose identified in the scope of work by the legislature. Evaluation of Bids Each bid received shall be evaluated for responsiveness in as outlined in the Utah Procurement Code. This IFB shall be evaluated by the objective criteria described in this IFB. Bids submitted must comply with the prerequisites and questions sections of this IFB. Any bid that does not comply with the prerequisite and questions sections will be deemed non-responsive and will be rejected. Multiple or alternate bids will not be accepted, unless otherwise specifically required or allowed in the invitation for bids. If a bidder submits multiple or alternate bids that are not requested in this IFB, the chief procurement officer or head of a procurement unit with independent procurement authority will only accept the bidder's primary bid and will not accept any other bids constituting multiple or alternate bids. Any exceptions to the content of this IFB, including the prerequisites, must be protested in writing to the Division of Purchasing prior to the closing date. To be responsive and responsible Bidders must review and respond to the following sections of this IFB: Prerequisites, Buyer Attachments, Questions, and Items. • The Prerequisites Section contains the objective criteria that will be used to evaluate the bids, including the mandatory minimum requirements and general requirements that Bidders must certify that they have read, understand, and agree to in order to submit a bid. • The Buyer Attachments Section contains the required State of Utah Terms and Conditions of the IFB, which are non- negotiable, and other documents required for this IFB. • The Questions Section contains the questions that Bidders are required to answer in order to submit a bid. Bidders must review each section of this IFB carefully. Required to View Event Prerequisites Required to Enter Bid 20 March 2024 1. If received, a solicitation award does not constitute a binding contract. 2. Bidders are encouraged to review this IFB prior to the deadline to submit a bid, even if a bid has been submitted, in case an addendum has been issued by the issuing procurement unit. 3. All questions must be submitted through SciQuest during the Question and Answer period. 4. A Bidder must guarantee its pricing for the period described in this IFB. 5. Bidders must accept the Standard Terms and Conditions that have been attached to this IFB. A contract that results from this IFB will include the required the applicable Standard Terms and Conditions. If the Standard Terms and Conditions are not attached to this IFB, then contact the purchasing agent assigned to this IFB. 6. The proposed Scope of Work has been attached to this IFB. See the Buyer Attachments section. 7. The mandatory minimum requirements are the objective criteria in which the conducting procurement unit will evaluate bids. 8. Bidders must provide their costs for this IFB as required by this prerequisite. 9. Bids must be submitted electronically, through SciQuest. 10. Any Bidder requesting that part of its bid be protected shall include with the bid a Claim of Business Confidentiality. 11. The issuing procurement unit may not accept a bid after the time for submission of a bid has expired. 12. Offeror must agree with the following in the event they are awarded a contract. 13. Bidder acknowledges the requirements to submit a bid through SciQuest. 14. Bids will be opened in accordance with Utah Code 63G-6a-606. 20 March 202420 March 202420 March 202420 March 202420 March 2024 Buyer Attachments 1. Claim of Business Confidentiality 12.7.20.pdf 2. Changing Your Time Zone 2022.pptx 3. Attachment A Terms and Conditions for Services (Agency Contracts) 4. Attachment B Scope of Work.docx 5. Attachment C Cost.xlsx 6. Phragmites control solicitation sign in field visit.pdf 7. Thanksgiving Point Trailhead Park Phragmites Control Project Example.pdf 8. Jordan River Phragmites control pre bid meeting Q and A.docx 20 March 202420 March 202420 March 202420 March 2024 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTEwMTgxODUyODNDbGFpbSBvZiBCdXNpbmVzcyBDb25maWRlbnRpYWxpdHkgMTIuNy4yMC5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTExOTY4MzExNjJDaGFuZ2luZyBZb3VyIFRpbWUgWm9uZSAyMDIyLnBwdHg%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTE0NTk4MjM3NjFUQ0FnZW5jeVNlcnZpY2VzIDcuMjAuMjMgUlMuZG9jeA%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTE1NzI3MzAzMzdBdHRhY2htZW50IEIgU2NvcGUgb2YgV29yay5kb2N4&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTE1NzI3MjEyNjZBdHRhY2htZW50IEMgQ29zdC54bHN4&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTE1ODYzOTUxMTBQaHJhZ21pdGVzIGNvbnRyb2wgc29saWNpdGF0aW9uIHNpZ24gaW4gZmllbGQgdmlzaXQucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTE1ODYzOTUxMjNUaGFua3NnaXZpbmcgUG9pbnQgVHJhaWxoZWFkIFBhcmsgUGhyYWdtaXRlcyBDb250cm9sIFByb2plY3QgRXhhbXBsZS5wZGY%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjExNjMyLTE1ODYzOTQzMzRKb3JkYW4gUml2ZXIgUGhyYWdtaXRlcyBjb250cm9sIHByZSBiaWQgbWVldGluZyBRIGFuZCBBLmRvY3g%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 Questions Required Questions Group 1: Acceptance of Prerequisites Instructions: 1.1 Offeror acknowledges that it is the offerors responsibility to upload any and all documents in responding to the solicitation. If the vendors fails to upload a document, uploads an incorrect document, uploads a blank document, or uploads any document incorrectly the State of Utah may not allow the vendor to make changes following the closing of the solicitation. 1.2 Offeror acknowledges that they do not have financial ties to individuals or entities on an OFAC sanctions list. 1.3 Is Bidder presently or has Bidder ever been debarred, suspended, proposed for debarment, or declared ineligible by any governmental department or agency, whether international, national, state, or local? If yes, Bidder must provide a statement regarding its debarment or suspension. 1.4 If Offeror has any information that is not already provided within its proposal that if known to the State would impact the State’s determination on offeror’s responsiveness for a contract award (i.e., legal action, recent turn-over in major personnel, loss of a major contract, any alleged violations of federal, state or local regulations, etc.), please mark “yes” to this question and upload such information in the space provided below. Otherwise, please mark “no”. Please see UCA 63G-6a-120 & 902 for additional details. 1.5 Please upload information impacting Offeror’s responsiveness here. 1.6 Bidder acknowledges that it must acquire and maintain all applicable federal, state, and local licenses before the contract is entered into. Licenses must be maintained throughout the entire contract period. Persons doing business as an Individual, Association, Partnership, Corporation, or otherwise shall be registered with the Utah State Division of Corporations and Commercial Code. NOTE: Forms and information on registration may be obtained by calling (801) 530-4849 or toll free at 877-526-3994, or by accessing: www.commerce.utah.gov. 1.7 In the event that an Bidder offers pricing discounts for educational entities that (1) are applicable to this solicitation and (2) result in lower pricing than what is generally offered to other governmental entities, please attach a separate cost proposal labeled “Educational Pricing” to your proposal. This cost proposal for Educational Pricing is to be submitted in addition to the original Cost Proposal Form and will only be available to authorized end users. The Educational Pricing will not be used to evaluate costs. Bidder acknowledges that it has read and understands this question. 1.8 Does Bidder have an outstanding tax lien in the State of Utah? If yes, Bidder must provide a statement regarding its debarment or suspension. Group 2: Vendor Information Instructions: 2.1 Please provide your firm's legal company name. 2.2 Please provide your federal tax identification number? (If the vendor is sole proprietor please do not provide your social security number.) 2.3 Please provide your firm's contact information for this contract, including the name, phone number, and email address of your firm's authorized representative. 2.4 Please provide your ordering address and the remit to address. Please clearly identify each address. 2.5 Please provide your firm's State of Utah Sales Tax ID Number. If you do not have a State of Utah Sales Tax ID Number, please write "N/A". 2.6 Identify your firm's type of business. 2.7 Is Offeror (owners, principles, partners) a retiree currently receiving benefits through the Utah Retirement Systems (URS)? 2.8 Is Bidder an employee of the State of Utah? If yes, then Bidder must submit an external employment form signed by Bidder's manager at the State of Utah. Group 3: Vendor's Submission Instructions: 20 March 202420 March 202420 March 2024 3.1 Bidder understands and acknowledges that if Bidder accessed the "View as PDF" document available on the Utah Public Procurement Place Business Opportunities website and did not login to Bidder's account in the Utah Public Procurement Place system, that Bidder may not be viewing the entire the sourcing event and therefore may not be viewing the complete sourcing event requirements. Bidder acknowledges that Bidder has logged into Utah Public Procurement Place account and viewed the full sourcing event requirements including hyperlinks before submitting a response to a sourcing event. 3.2 Offeror must identify any conflict, or potential conflict of interest, that might arise during the contract. If no conflicts are identified or expected, write “None” in this section. 3.3 Offeror affirms that yes that pursuant to the Code of Federal Regulations 2 CFR 200.216 - Prohibition on certain telecommunication and video surveillance services or equipment, that none of the goods (including component parts) or services offered within its proposal are from the entity Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 3.4 Vendor understands and acknowledges that its response, including all uploaded documents, will not be considered received by the State of Utah unless the Vendor clicks submit. Even if Vendor uploads all required documents and responds to all required questions its response will not be considered if it does not click submit. Offeror acknowledges that after completing the solicitation it must click on the link in the left hand menu bar labeled “Review & Submit”, then check the box under the “Certification” heading to certify their bid. Then click the blue box labeled “Submit Response” in order to submit their bid. Once the response has been submitted, Vendor will receive a confirmation that the response was successfully submitted. Vendors who fail to submit their response will not have their response reviewed and will be ineligible for further consideration under this solicitation. Group 4: Mandatory Minimum Requirements Instructions: 4.1 Vendor MUST attend the Mandatory Site Visit on March 19, 2024, at 1:00 PM (Mountain Time) at Thanksgiving Point Trailhead Park (east of the Jordan River at the end of Cottonwood Drive in Lehi, UT). Did vendor attend the site visit? 4.2 Vendor acknowledges they MUST be insured in the State of Utah. 4.3 Vendor acknowledges they MUST posses a current State of Utah commercial pesticide applicators license, with aquatic certification. 4.4 Vendor acknowledges they MUST be actively working as a commercial pesticide applicator for the past five years. 4.5 Vendor acknowledges they MUST have a minimum of three years of experience working to control Phragmites in wetland and riparian habitats, on sites averaging between 1–100 acres. 4.6 Vendor acknowledges they MUST have the ability to identify wetland plant species, including Phragmites at various stages of development. 4.7 Vendor acknowledges they MUST use GPS/GIS data logger equipment with capability to record herbicide treatment data (i.e., location, rates of application, and acres treated) 4.8 Vendor MUST complete and attach Attachment C Cost. 20 March 202420 March 202420 March 2024

3150 State Office Bldg, Salt Lake City, UT 84114, United StatesLocation

Address: 3150 State Office Bldg, Salt Lake City, UT 84114, United States

Country : United StatesState : Utah