Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOLICITATION NOTICE

F -- Coarse Salt &Pure Premium Salt Supplies

Notice Date
1/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
600-061-02
 
Response Due
2/8/2002
 
Archive Date
3/10/2002
 
Point of Contact
Point of Contact - Catherine Lackey, Contract Specialist, (562) 961-8066, Contracting Officer - Catherine Lackey, Contract Specialist, (562) 961-8066
 
E-Mail Address
Email your questions to Catherine Lackey
(catherine.morrison@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal AcquisitionRegulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. This procurement is set-aside 100% for small business. Based upon this Solicitation No. RFQ 600-061-02, the Government intends to award a contract for base year, with four (4) one-year option renewal periods, for delivery of supplies to the: Boiler Plant, Bldg. 202 Sepulveda Ambulatory Care Center, 16111 Plummer Street, Sepulveda, CA 90343, Los Angeles Outpatient Clinic, Boiler Plant Room P212, 351 E. Temple Street, Los Angeles, CA 90012 and West Los Angeles VA Medical Center, Bldg. 295, 11301 Wilshire Blvd, Los Angeles, CA 90073. SUPPLIES, PRICES/COSTS. (The quantity expressed for each of the following line items is estimated.) Delivery requirements is part of Statement of Work. I.e.: All deliveries shall be accomplished within two days aftern receiving phone orders. Vendor will deliver the salt, off load from their truck and stack inside the designated building at each facility. Line Item 1 ? Premium Refined Salt Pellets 99.5% Pure Salt, delivery will be monthly at a rate of 120-50lb bags per delivery to Los Angeles Outpatient Clinic; Line Item 2- Premium Refined Salt Pellets 99.5% Pure Salt, delivery will be monthly at a rate of 60-40lb bags per delivery to Sepulveda Ambulatory Care Center Line Item 3- Coarse Water Softener Salt, delivery will be monthly at a rate of 300-50lb bags per delivery to West Los Angeles VA Medical Center, SPECIFICATIONS/REQUIREMENTS/SCOPE OF WORK. a. Liaison: The Contractor shall designate one (1) employee responsible for routine liaison in the performance and administration of the contract. Each facility has a designated VA Facility Maintenance Operations Foreman/Contracting Officer?s Technical Representative (Sepulveda Ambulatory Care Center, Willie Norman, 818/891-7711 ext. 9740), (Los Angeles Outpatient Clinic, Keith Jarett 213/253-2677 ext.4019) and (West Los Angeles VA Medical Center, Jesse Barfield 310/268-4661. The liaison shall respond to telephone inquiries initially by telephone. b. Performance. Contractor shall perform work without interference to therapeutic pool operations. Work required in the performance of this contract shall normally be performed at the discretion of the VA Facility Maintenance Operations Foreman/Contracting Officer?s Technical Representative. Only those services specified herein are authorized. Changes to the resulting contract are not authorized, unless in writing by the Contracting Officer. d. Invoices. Invoices shall be itemized to include the following: (1) invoice number and date; (2) contract number; (3 purchase order/obligation number and date; (4) net payment due. Contractor shall submit original monthly invoice, pre-printed with vendor?s name and address, to: VA Finance Center (691), P.O. Box 149971, Austin TX 78714. Effective January 1, 1999, payment shall be made by electronic funds transfer (EFT), or by Government commercial credit card. The order facility shall inform the Contractor at the time the order is placed that the credit card method of payment is desired and shall provide the necessary instructions for processing. e. Identification Badge/Uniform. All Contractor personnel are required to wear ID badges during the entire time they are on VA grounds. ID badges must have an identification picture and shall state the name of the individual and the company represented. Contractor personnel shall wear attire or uniforms that are as neat and clean as practical in the accomplishment of their work. CLAUSES/PROVISIONS. Contract clauses and provisions cited in this solicitation may be accessed electronically at these addresses; http://www.arnet.gov/far/ and http://www.va.gov/oa&,,/vaar/. Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses/Provisions: a. 52.212-1 Instructions to Offerors-Commercial Items; b. 52.212-3 Offeror Representations and Certifications Commercial Items; c. 52.212-4 Contract Terms and Conditions-Commercial Items; d. 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; e. 52.215-5 Facsimile Proposals (fax offers are accepted at 562/961-8067). Offerors must hold offer prices firm a minimum of 30 calendar days from date specified for receipt.); f. 52.216-28 Ordering; g. 52.217.8 Option to Extend Services; h. 52.217-9 Option to Extend the Term of the Contract; i.52.237-2 Protection of Government Buildings; j.52.242-15 Stop-Work Order. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Clauses/Provisions: a. 852.237-70 Contractor Responsibilities; b. 852.216-70 Estimated Quantities; c. 852.270-1 Representatives of Contracting Officers; d. 852.270-4 Commercial Advertising; e. 852.233-70 Protest Content; and f. 852.233-71 Alternate Protest Procedures. INSTRUCTIONS/ CONDITIONS/NOTICES TO OFFERORS. Offerors shall complete and return all information designated in FAR 52.212-1, ?Instructions to Offerors Commercial Items? paragraph ?b?. For implementing EFT payments, please contact your financial institution for assistance in completion of the Payment Information Form (SF 3881) and submit to the VA finance Center in Austin, TX. REPRESENTATIONS AND CERTIFICATIONS. Offerors shall provide information requested in FAR 52.212-3 by printing and completing the provision accessed at http://www.arnet.gov/far/. If the Offeror does not have Internet access, based on telephone request, the Government Point of Contact specified below shall provide this provision format via fax. ADDRESS OFFERS TO: Contracting Officer, (600/NBC/MP), Department of Veterans Affairs, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Award of a firm-fixed price contract shall be made to the responsible offeror based on capability to meet the qualitative, quantitative and timeliness standards specified herein, past performance in meeting similar standards, and price. Point of Contact for this synopsis/solicitation: Catherine L. Lackey at (562) 961-8066. Facsimile offers are accept (562) 961-8067. OFFERS ARE DUE BY 4:00 P.M. CALIFORNIA LOCAL TIME ON FEBRUARY 8, 2002.
 
Web Link
RFP 600-061-02
(http://www.bos.oamm.va.gov/solicitation?number=600-061-02)
 
Record
SN20020130/00019622-020128210523 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.