COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,2000 PSA#2669 Department of Veterans Affairs Medical Center, Chief, Acquisition and
Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417 81 -- TRASH CAN LINERS SOL RFQ 618-39-01 DUE 090800 POC Carol A.
Murphy 612-725-2190 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR Subpart
12.6 and Part 13, as supplemented with additional information included
in this notice. Simplified acquisition procedures apply and the VA will
conduct the procurement according to a combination of Parts 12 and 13.
This CBD announcement constitutes the only solicitation issued. A
separate written solicitation will not be issued. Solicitation RFQ
618-32-99 is issued as a Request For Quotation (RFQ). Incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-19 and VAAR 97-8. This solicitation is a 100% Small
Business Set-Aside. NAICS Code 422610 applies and the small business
size is 500 employees. Offeror's proposals are hereby being requested
in response to requirements under a firm fixed price contract and shall
be submitted on offeror's letterhead or bid form and shall contain the
name, title, and signature of person authorized to submit proposals
onbehalf of the contractor. Contractor shall provide two line items.
Item 1 -- Plastic Bag, Waste Receptacle, high density, polyethylene,
flat type, clear, 48" long x 40" wide, 16 micron, star seal bottom,
without side seams, on rolls, 25/roll, 10 rolls/case (250
bags/case)(high molecular, high density polyethylene can liner), to fit
existing Government owned circular container (measuring 12" high by 4
1/4" diameter with slot from which to dispense) or vendor can provide
containers at no additional cost to the Government. Item 1 estimated
quantity is 2500 cases. Item 2 -- Plastic Bag, Waste Receptacle,
polyethylene, square type, 22 inches long, 12 inches wide, with 8 inch
gusset, 1.5mil thick, clear, individual, untreated, (low density
polyethylene can liner), 500 per case. Item 2 estimated quantity is 375
cases. All items are to be manufactured from 10 to 100 percent
postconsumer plastic. Descriptive Literature is required to reflect
density, weight, plastic recycled content, etc. Bid samples are
required and must be received prior to date of opening. Provide a
minimum of five (5) bid samples for each line item. Contract period
will be from October 1, 2000 through September 30, 2001. Vendor will
ship on an on-demand, as-needed basis. Delivery orders are anticipated
to be placed approximately once per month. Deliver FOB Destination.
Payment will be made by purchase order or Government Purchase Card
(VISA). Deliver to the VA Medical Center, Warehouse (90D), One Veterans
Drive, Minneapolis, MN 55417. The following provisions and clauses
shall apply to this solicitation: 52.252-2 Clauses Incorporated by
Reference. This contract incorporates one or more clauses by reference,
with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available.
Also, the full text of a clause may be accessed electronically at
this/these address(es): http://www.arnet.gov/far (FAR) and
http://www.va.govoa&mm/vaar/ (VAAR); FAR 52.212-1, Instruction to
OffersCommercial Items; FAR 52.212-2, Evaluation of Commercial Items;
FAR 52.212-3 Representations and Certifications Commercial Items; FAR
52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes of
Executive Orders Commercial Items; FAR 52.216-18 Ordering; FAR
52.216-19 Order Limitations; FAR 52.216-21 Requirements; FAR 52.-217-6
-- Option for Increased Quantity; FAR 52.219-6 -- Notice of Total
Small Business Set-Aside; FAR 52.232-18 -- Availability of Funds; FAR
52.237-3 -- Continuity of Services; VAAR 852.270-4 Commercial
Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest
Content; and 852.233-71 Alternate Protest Procedure. The Department of
Veterans Affairs is currently implementing a Department-wide
standardization program. As a result, VA is issuing National
Consolidated Contract(s)/BPAs for standardized items. In the future,
when any item in this contract is standardized under any National
Consolidated Contract or BPA, the item will be deleted from this
contract 30 days after written notice from the Contracting Officer.
Include a completed copy of 52.212-3 Offeror Representation and
Certifications Commercial Items with offer. Proposals should address
number of days for delivery after receipt of order; all evaluation
factors; names and telephone numbers of contractor personnel for
ordering and problems; pricing; and a statement addressing VISA payment
acceptance. The Government intends to make award to the offeror that is
most advantageous to the Government's criteria. Evaluation factors will
include, but not be limited to: evaluation of bid samples provided,
descriptive literature, delivery time frame, past performance history,
and price. Evaluation of bid samples may include non-scientific test
that simulates how housekeeping staff utilizes bags and may be
subjective in nature. The acceptability of each item offered for
evaluation will be determined solely by medical center staff. Award
will be made to the offeror determined to be the "best value" and may
be made with or without discussions. Offers and bid samples are due
September 8, 2000, at 2:30 pm. Submit offers to Carol Murphy (90C),
Contracting Officer, VA Medical Center, One Veterans Drive,
Minneapolis, MN 55417. Faxed offers will not be accepted. For
information, contact Carol Murphy at (612) 725-2190. Posted 08/18/00
(W-SN487643). (0231) Loren Data Corp. http://www.ld.com (SYN# 0299 20000822\81-0001.SOL)
| 81 - Containers, Packaging and Packing Supplies Index
|
Issue Index |
Created on August 18, 2000 by Loren Data Corp. --
info@ld.com
|
|
|