Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
DOCUMENT

91 -- BIOMASS BOILER PLANT WOOD CHIPS FOR TWO VA LOCATIONS. VAMC TOGUS LOCATED IN AUGUSTA MAINE AND VAMC WHITE RIVER JUNCTION, WHITE RIVER JUNCTION VERMONT. - Attachment

Notice Date
1/18/2012
 
Notice Type
Attachment
 
NAICS
321999 — All Other Miscellaneous Wood Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
VA24112Q0272
 
Response Due
2/24/2012
 
Archive Date
4/24/2012
 
Point of Contact
Kevin LaBrie
 
E-Mail Address
ogus<br
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA241-12-Q-0272 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-12-Q-0272 and is issued as an RFQ. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-54, effective November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is a small business set aside. The North American Industry Classification System (NAICS) code is 321999, and the size standard is 500 employees. (v) This requirement consists of (2) line items. The quantity is merely an estimated per ton usage and the actual amount used within a year can be vastly different that what appears below. Item #DescriptionQtyUnitUnit Price 1. Contract for Biomass Boiler Plant Wood Chip Fuel for Togus VAMC4600Ton. Option year 14600Ton. Option year 24600Ton.Option year 34600Ton.Option year 44600Ton. 2. Contract for Biomass Boiler Plant Wood Chip Fuel for White River VAMC2435Ton. Option year 12435Ton. Option year 22435Ton.Option year 32435Ton.Option year 42435Ton. (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Description of Requirements: 1.Togus VA is installing a CHP (combined heat & power) energy trigeneration boiler plant that will require the use of wood chips to combust. The size is targeted at 2"x2"x1/4", no larger than 2.5"x2.5"x1/4" and no smaller 1/8" x 1/8" x 1/8". Chips must have moisture content between 15 and 55%. Bark is allowed but must be chip size. To be delivered as in the range of 30 to 35 or so ton load (certified scaling slip required) in floating (walking bed) tractor trailer rig to the CHP chip storage unload point. Payment will be based on certified scaling slip weight ($/ton). No rocks, gravel, dirt, ice, water, paint, nails, or other miscellaneous materials will be allowed. If load has improperly sized chips or contains unwanted material it will be rejected on the spot to be carried away by supplier. Any spilled chips must be cleaned up by the contractor immediately. The Togus campus route to be taken (unless otherwise directed) is from route 226 to Gate Road to Knox Road and making a right hand turn around the gas dispense tanks and back up to the chip unload gate. The weight of the load may be measured. The chip size, cleanness of chip, presence of miscellaneous materials, and/or moisture content will be checked by the boiler plant supervisor or boiler operators for acceptance or rejection. Each load must be checked in and may be watched by CCTV by VA personnel during unload and delivered between the hours of 9AM to 3PM week days unless otherwise directed. For first time plant commissioning there are special requirements, about 100 loads with controlled moisture content of 37% and of which a few loads of 55% and 20% as these will be required to commission the plant. Site visit is required for submission of bid and will be held on February 15th at 1:00 pm. 2.White River Junction VA is installing a CHP (combined heat & power) energy trigeneration boiler plant that will require the use of wood chips to combust. The size is targeted at 2"x2"x1/4", no larger than 2.5"x2.5"x1/4" and no smaller 1/8" x 1/8" x 1/8". Chips must have moisture content between 15 and 55%. Bark is allowed but must be chip size. To be delivered as in the range of 30 to 35 or so ton load (certified scaling slip required) in floating (walking bed) tractor trailer rig to the CHP chip storage unload point. Payment will be based on certified scaling slip weight ($/ton). No rocks, gravel, dirt, ice, water, paint, nails, or other miscellaneous materials will be allowed. If load has improperly sized chips or contains unwanted material it will be rejected on the spot to be carried away by supplier. Any spilled chips must be cleaned up by the contractor immediately. The White River Junction campus route to be taken (unless otherwise directed) is in the back road, around the chip storage area and back up to the chip unload gate. The weight of the load maybe measured, the chip size, cleanness of chip, presence of miscellaneous materials, and/or moisture content will be checked by the boiler plant supervisor or boiler operators for acceptance or rejection. Each load must be checked in and may be watched by CCTV by VA personnel during unload and delivered between the hours of 9AM to 3PM week days unless otherwise directed. For first time plant commissioning there are special requirements, about 100 loads with controlled moisture content of 37% and of which a few loads of 55% and 20% as these will be required to commission the plant. Site visit is required for submission of bid and will be held on February 9th at 1:00 pm. (vii) Delivery FOB Destination to: 1. Togus VAMC, 1 VA Center Augusta Maine, 04330 2. White River Junction VAMC, 215 North Main Street, White River Junction, VT. 05009-0001. (viii) 52.212-1 Instructions to Offerors - Commercial Items, apply to this solicitation. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror who is deemed the lowest price technically acceptable. Evaluation factors will be Cost, Technical Capability and Past Performance. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be obtained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 COMMERCIAL ADVERTISING(JAN 2008), VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS(DEC 2009), VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS(DEC 2009), VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES(APR 1984), VAAR 852.246-70 GUARANTEE(JAN 2008), VAAR 852.246-71 INSPECTION(JAN 2008), VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION(Interim - October 2008) (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209.10, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. (xiii) The following FAR clauses are incorporated by reference; 52.216-22 INDEFINITE QUANTITY (OCT 1995,) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999,) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000,) 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997,) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984,) 52.237-3 CONTINUITY OF SERVICES (JAN 1991,) (xiv) The following VAAR clauses are incorporated in full; 1. 852.203-70 COMMERCIAL ADVERTISING (JAN 2008,) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. 2. 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). 3. VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. 4. VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. 5. VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008 (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. (xv)The following FAR and VAAR provisions apply to this RFQ 1.52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999,) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (NOV 2011,) 52.216-1 TYPE OF CONTRACT (APR 1984;) The Government contemplates award of a Firm Fixed Price, Indefinite Quantity contract resulting from this solicitation. 52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995,) 52.217-5 EVALUATION OF OPTIONS (JUL 1990,) 52.233-2 SERVICE OF PROTEST (SEP 2006,) 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008,) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998,) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008,) ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program. (xvi) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xvii) RESPONSES ARE DUE Friday February 24th, 12:00 PM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Kevin LaBrie, Contracting Officer, e-mail kevin.labrie@va.gov (xviii) Please address questions to Kevin LaBrie, Contracting Officer, e-mail kevin.labrie@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24112Q0272/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0272 VA241-12-Q-0272.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=288942&FileName=VA241-12-Q-0272-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=288942&FileName=VA241-12-Q-0272-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02656468-W 20120120/120118234722-d2e9ee62c3044aaa7cbf3755be56fa84 (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.