Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
DOCUMENT

H -- Boiler-Cooling Tower Chemical Purchase - Attachment

Notice Date
5/11/2016
 
Notice Type
Attachment
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24716Q0581
 
Response Due
5/18/2016
 
Archive Date
8/25/2016
 
Point of Contact
DARIUS CRANE
 
E-Mail Address
Contract Specialist
(darius.crane@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA247-16-Q-0581 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-16-Q-0581 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, 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 http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 221310, with a small business size standard of $27.5million. (v) This requirement consists of the following item(s): ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001QTY ONE (1) RLT35 30 GALLON DRUM LOCAL STOCK NUMBER: RLT35 1.00DR____________________________________ 0002QTY ONE (1) BIOTROL409 55 GALLON DRUM LOCAL STOCK NUMBER: BIOTROL409 1.00DR____________________________________ 0003QTY ONE (1) BIOTROL114 30 GALLONS DRUM LOCAL STOCK NUMBER: BIOTROL114 1.00DR____________________________________ GRAND TOTAL__________________ Specific features: NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation. STATEMENT OF WORK Original 03/28/2016534-16-2-5088-0047 GENERAL INFORMATION 1.TITLE OF PROJECT:Purchase chemicals for boiler plant 2.SCOPE OF WORK:The vendor shall provide the below listed chemicals specified. These chemicals are to be delivered to the Ralph H. Johnson VA Medical Center (RHJ VAMC) Boiler Plant located at 109 Bee Street, Charleston, SC 29401. 3.BACKGROUND:The chemicals specified are necessary to ensure a backup supply of chemicals is on station. 4.PERFORMANCE PERIOD:The vendor shall deliver the chemicals required by this Statement of Work (SOW) within 30 days after date of award unless otherwise directed by the Contracting Officer (CO). 5.TYPE OF CONTRACT:Firm-Fixed price GENERAL REQUIREMENTS These specifications are a statement of the minimum level of product to be supplied under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to ensure that the chemicals supplied are fully compatible with the specified chemicals, therefore, able to be mixed directly with the current boiler plant chemicals. 1)Chemicals are to be supplied are produced by US Water Services, in drums as specified, and vendor will pick up empty drums for disposal when contacted. a.US Water RLT35Condensate Plant pH control agent30 gallon drum b.US Water BIOTROL409Cooling tower oxidizing sanitizer55 gallon drum c.US Water BIOTROL114Cooling tower non-oxidizing agent30 gallon drum 2)Vendor will supply the chemicals to the RHJ VAMC boiler plant supervisor, RHJ VAMC, 109 Bee Street, Charleston SC 29401, Room C104. CHANGES TO STATEMENT OF WORK Any changes to this Statement of Work (SOW) shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of the parties other than the CO shall be borne by the Contractor. REPORTING REQUIREMENTS The Contractor shall obtain all necessary licenses and/or permits to include shipping and handling required to fill the order. In addition, the Contractor shall provide the Contracting Officer's Technical Representative (COTR) with a copy of any licenses and/or permits obtained. TRAVEL Delivery of the requested chemicals will be to RHJ VAMC located at 109 Bee Street, Charleston, SC 29401. The Contractor is responsible for any anticipated travel and per diem. GOVERNMENT RESPONSIBILITIES 1.The VA shall grant the Contractor access permission to all areas of the RHJ VAMC necessary to provide the products required under this contract. 2.RHJ VAMC will answer questions regarding this requirement at (843)789-6528. CONTRACTOR EXPERIENCE REQUIREMENTS The vendor shall be an authorized provider of the chemicals specified. CONFIDENTIALITY AND NON-DISCLOSURE It is agreed that: 1.The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2.The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3.Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The C&A requirements do not apply, a Security Accreditation Package is not required. - - END OF SOW - (vi) The items for this solicitation are to be delivered to: DELIVER TO: Herb Watson 109 Bee Street Charleston, SC 29403-5799 (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services. 2.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items. 3.If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 4.If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 5.Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 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: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than May 13, 2016, 10:00 AM EST to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvi) Site Visit: N/A (xviii) QUOTES/OFFERS ARE DUE May 18, 2016 at 8:00 AM EST. Only electronic offers will be accepted; submit quotation to - Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. Please place "ATTENTION: Boiler Plant Chemicals_VA247-16-Q-0581" in the subject line of your email. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov Phone: (843) 789-6528 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0581/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0581 VA247-16-Q-0581_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2725223&FileName=VA247-16-Q-0581-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2725223&FileName=VA247-16-Q-0581-001.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: RALPH H. JOHNSON VAMC;109 BEE STREET;CHARLESTON SC
Zip Code: 29403 5799
 
Record
SN04114076-W 20160513/160511235150-8c944524baec1d6e38d14da249996768 (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.