Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
SOLICITATION NOTICE

96 -- Coarse Solar Water Salt

Notice Date
9/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423520 — Coal and Other Mineral and Ore Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA69D10RQ0694
 
Response Due
9/30/2010
 
Archive Date
10/10/2010
 
Point of Contact
SCOTT IVY
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number, VA-69D-10-RQ-0694, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective February 1, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 423730, Size Standard: 100 Employees. This procurement is a 100% Small Business Set Aside. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. Offeror shall provide the following: Description: Item 1: Deliver solar water softener salt to the William S. Middleton VA Hospital, Madison, WI. Based on historical trend, the estimated amount of salt to be delivered from 01 October 2010 to 30 Sep 2011 is 250 Tons but could exceed this amount. There is no express or implied guarantee that these quantities will be purchased as needs for 01 Oct 2010 to 30 Sep 2011 could be lower than in past years. Price per Ton of Salt $___________ Price for 250 Tons of Salt $___________ Discount (if applicable): $___________ TOTAL PRICE FOR 250 TONS OF SALT $____________; NOTE: This is a FOB destination contract. Price per ton shall include all delivery charges, fuel charges, driver fees etc and be an all inclusive price per ton. This IS a Firm Fixed Price Contract and NOT an economic price adjustment contract. Price will NOT be adjusted due to market fluctuations. Quoter will be held liable for delivery at quoted price per ton. Salient Characteristics: 1) Quoter Must have a pneumatic truck with the ability to shoot/throw salt into a Silo; 2) Salt must be 99% minimum purity; 3) Salt must be Type 88, 99.5% pure; 4) Salt must be Form II; 5) Salt must be Large Granular; 6) Salt must be delivered in pneumatic truck with the ability to shoot salt into a silo with 25 tons per delivery; 7) Must be able to deliver to Madison Wisconsin within a 1 hour notification from the COTR or Contracting Officer, without exception. This salt is critical to patient care. No rock salt, no road salt or impure salt will be accepted. Any attempt to deviate from the above listed salient characteristics during performance will constitute a breach of contract and contractor will be terminated. Site Visit: All interested contractors shall contact the Contracting Officer Technical Representative (COTR): Jonathan Bucy, Facilities Engineer, (608) 256-1901, ext. 11143, Jonathan.Bucy@va.gov) to inspect the facility were the salt will be delivered. Deliveries shall be made by pneumatic truck with the ability to shoot salt into a silo and shall be Monday through Thursday between the hours of 5:30 PM and 9:00 PM. Central Standard Time, excluding Federal Holidays. Deliveries shall be within 48 hours after receipt of order from COTR unless emergency warrants the 1 hour response time. FOB point is destination. Additional charges such as delivery fees, fuel surcharges, etc. shall NOT be billed to or collected for orders received under this contract. Deliver all products to: Wm S Middleton VA Hospital ATTN: Jonathan BucyContracting Officer's Technical Representative Warehouse (90D)Jonathan Bucy, Facilities Engineer 2500 Overlook Terrace(608) 256-1901, ext. 11143 Madison, Wisconsin 53705Jonathan.Bucy@va.gov Delivery shall be FOB DESTINATION to the William S. Middleton VA Hospital, Warehouse Receiving/Shipping (90D), 2500 Overlook Terrace, Madison, Wisconsin 53705; Attention: Jonathan Bucy, Facilities Engineer. The Contractor is responsible for all charges. Offer must include product literature, product samples (if requested), technical features and a plan on how the company can meet the 1 hour emergency response time. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the LOWEST PRICE TECHNICALLY ACCEPTABLE to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements, ability to meet 1 hour emergency response time and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179194 or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (5) 52.219-28, Post Award Small Business Program Representation; (6) 52.222-3, Convict Labor ; (7) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (8) 52.222-21, Prohibition of Segregated Facilities; (9) 52.222-26, Equal Opportunity; (10) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (11) 52.222-36, Affirmative Action for Workers with Disabilities; (12) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (13) 52.222-50, Combating trafficking in Persons; (14) 52.225-1, Buy American Act-Supplies; and (15) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The FAR clauses may be accessed in full text at this address https://www.acquisition.gov/far/ and VAAR clauses may accessed at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. In addition, FAR 52.247-34 F.O.B. Destination, FAR 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising, VAAR 852.215-71 Evaluation Factor Commitments, VAAR 852.237-70 Contractor Responsibilities apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. All Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before September 30, 2010, by 12:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is Scott Ivy. Offers can be mailed, faxed or emailed to the GLAC attn: Scott Ivy, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5457; email: scott.ivy@va.gov. Quotes should be marked with the request for quote number VA-69D-10-RQ-0694. Oral quotes will not be accepted. A. CONTRACTOR:__________________________________________ ____________________________________________________________________________________ PHONE #:__________________________________________ FAX #:__________________________________________ E-MAIL: __________________________________________ DUNS NO.__________________________________________ TIN NO.__________________________________________ SIGNATURE:__________________________________________ B. GOVERNMENT: Scott Ivy, Contracting Officer VA Medical Center - GLAC - Bldg. 5 5000 West National Ave. Milwaukee WI 53295 (414) 902-5466 C. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the below address with the Purchase Order Number and Contract Number on it: VA FSC PO BOX 149971 AUSTIN, TX 78714 Vendor inquires: Toll Free Number 1-877-353-9791 E-mail Address: www.fsc.va.gov/fsc/vendors.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D10RQ0694/listing.html)
 
Record
SN02295140-W 20100925/100924000035-5728019decc8fcb62948861c7497f286 (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.