Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
DOCUMENT

91 -- PROPANE DELIVERIES FOR SARATOGA NATIONAL CEMETERY - Attachment

Notice Date
10/2/2017
 
Notice Type
Attachment
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q0003
 
Response Due
10/13/2017
 
Archive Date
11/27/2017
 
Point of Contact
KENNETH DOUGHERTY
 
E-Mail Address
CO'S EMAIL
(KENNETH.DOUGHERTY@VA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q0003 Post Date: 10/02/2017 Original Response Date: 10/13/2017 at 4:00 pm Current Response Date: 10/13/2017 at 4:00 pm Applicable NAICS: 324110 Classification Code: 9130 Set Aside Type: 100% Small Business (SB) Period of Performance: Date of Award through September 30, 2018 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Saratoga National Cemetery 200 Duell Rd. Schuylerville, NY 12871 Description: This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, 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. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 10/13/2017. Responses to this announcement will result in a Firm-Fixed Price purchase order with FOB Destination and the Government intends to make award under this announcement without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Saratoga National Cemetery anticipates a purchase order for 18,650 gallons of propane. The applicable North American Industrial Classification System (NAICS) code for this procurement is 324110, with a business size standard of 1,500 employees. The National Cemetery Administration is seeking quotes from Small Businesses qualified for the provision of the propane delivery. Period of Performance: Date of Award through September 30, 2018 Scope: The contractor shall be responsible for providing propane delivery to the Saratoga National Cemetery located at 200 Duell Road, Schuylerville, NY 12871. Supply Price Schedule Line Item Description Estimated Quantity Unit Unit Price Total Price 0001 Propane Heating Fuel (to include all transportation & filling fees) 18,650 Gallon $______ $______ Total Price: $______________ Product Description: Delivery of propane heating fuel to Saratoga National Cemetery on an on-call basis from the date of award through September 30, 2018. Based on previous requirements, the cemetery requires delivery approximately 15 times annually. Proposal Format and Submission Information: The provision at 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. Addenda to provision 52.212-1 Instructions to Offerors Commercial Items: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Technical Package for Evaluation The following shall be included as part of the offeror s submission: Product Description offered in response to the solicitation Delivery time from placement of order placement Completed Price Schedule Proposals shall be submitted via email or via mail to the following addresses: Email: kenneth.dougherty@va.gov Mail: 75 Barrett Heights Road Suite 309 Stafford, VA 22556 For proposals mailed, proposals shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: kenneth.dougherty@va.gov. Telephone inquiries will not be accepted. End of Addenda Evaluation Process: Award of this requirement shall be made to the offeror whose quote meets the requirements of the Statement of Work for the lowest price. -Pricing shall be submitted as requested in the Schedule of Supplies/Services. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. The sum of all the CLINs will represent the total evaluated price. Technical Acceptability. Each offeror s technical quotations will be evaluated to determine if the offeror provides a product and delivery time found on pages 3 -4 of this document. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotations evaluation. If an offeror receives a technical rating of Non-Acceptable they will not be considered for award. The full text of FAR provisions and clauses may be accessed electronically at: http://farsite.hill.af.mil/ and https://www.acquisition.gov/?q=browsefar The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 The following solicitation provisions apply to this acquisition: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation FAR 52.204-7 System for Award Management FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation (Fill In) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Fill in by Offeror) FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-3 Notice to Supplier FAR 52.215-1 Instructions to Offerors Competitive Acquisition FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.232-15 Progress Payments Not Included FAR 52.252-5 Authorized Deviations in Provisions FAR 52.203-98 (DEVIATION) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation VAAR 852.215-70 Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors VAAR 852.273-74 Award without Exchanges Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda to FAR clause 52.212-4, Contract Terms and Conditions FAR 52.204-12 Unique Entity Identifier FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.208-9 Contractor Use of Mandatory Sources of Supply or Services FAR 52.211-16 Variation in Quantity FAR 52.211-17 Delivery of Excess Quantity FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.227-1 Authorization and Consent FAR 52.232-1 Payments FAR 52.232-23 Assignments of Claims FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information FAR 52.232-36 Payment by Third Party FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes ALTERNATE I FAR 52.252-6 Authorized Deviations in Clauses FAR 52.203-99 (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements VAAR 852.203-70 Commercial Advertising VAAR 852.216-70 Estimated Quantities VAAR 852.232-72 Electronic Submission of Payments Requests The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January 2017) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33), (b)(44), (b)(49)(i), (b)(51) IL 001AL-11-15 Subcontracting Commitments Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. End of Addenda End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0003/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0003 36C78618Q0003.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3828724&FileName=36C78618Q0003-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3828724&FileName=36C78618Q0003-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SARATOGA NATIONAL CEMETERY;200 DUELL RD.;SCHUYLERVILLE, NY
Zip Code: 12871
 
Record
SN04703267-W 20171004/171002231249-7b2d29b92115e53e21ef5995da950884 (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.