The RFP Database
New business relationships start here

BULK ROAD SALT


Michigan, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Battle Creek VA Medical Center
Bulk Road Salt

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Synopsis/Solicitation
Solicitation Number:
36C25019Q0040
Posted Date:
10/11/2018
Original Response Date:
10/18/2018 4:00 PM ET
Current Response Date:
10/18/2018 4:00 PM ET
Product or Service Code:
6850
Set Aside:
Total Small Business Set-Aside
NAICS Code:
325998 All Other Miscellaneous Chemical Product and Preparation Manufacturing
Contracting Office Address
Battle Creek VA Medical Center, 5500 Armstrong Road, Battle Creek, MI 49037.

Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a "request for quotations (RFQ),". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.

The associated North American Industrial Classification System (NAICS) code for this procurement is 325998, with a small business size standard of 500 employees.

The Department of Veterans Affairs, Network Contracting Office 10 is seeking to purchase an estimated 500 tons of bulk road salt for the Battle Creek VA Medical Center, 5500 Armstrong Road, Battle Creek, MI 49037.

Requirements

Provide up to 500 tons total of bulk road salt to the VA Medical Center (VAMC) located at 5500 Armstrong Road, Battle Creek, Michigan 49037.
Bulk delivery within 24 hours of contact (deliveries will be accepted Monday through Friday 8am-1 pm). Contractor acknowledges that deliveries may be expected during adverse winter weather conditions. Contractor also acknowledges that if acceptable roads are open for transport (interstate highways and local roads to and from the interstate highway), there shall be no allowance for delay due to weather.
Each delivery will consist of 30 to 50 tons to the VA Salt Shed (building #199).
Bill of Lading Receipt and Safety Data Sheets (SDS) will accompany every delivery unless otherwise directed by the Contracting Officer Representative (COR).
Road salt will be readily available at the beginning of November 2018 through April 2019.
Vendor shall follow all OSHA regulations associated with VAMC Chemical Inventories.
Quoted price shall be inclusive of delivery via a dump truck.
Contractor shall contact the Motor Operations Supervisor at 269-966-5600 x32781 or x33777 upon every delivery.
No deliveries shall be implemented without the consent of the COR.
Material guarantee: Contractor shall guarantee up to 500 tons of material will be available from November 2018 through April 2019 and will be delivered upon request. Contractor shall be engaged in a business that regularly stores and distributes large quantities of bulk salt to federal/state/local government agencies and municipalities, and has current agreements in place with salt suppliers to ensure an uninterrupted supply of salt throughout the winter months. Proof of availability shall be furnished with your quotation. Please submit examples of current and/or past contracts you hold with federal/state/local government agencies and municipalities for supplying bulk salt or salt mixture products for winter road clearing use.
Salt specification sheets must be submitted with your quotation.
Product shall arrive in a free flowing, dry and usable condition. Product must not be caked, wet or clumped. Product delivered that is not in conformance to this specification shall be cause for delivery rejection.

All items shall be new; refurbished/used/gray market items are not acceptable.

(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

Delivery terms shall be FOB Destination to the Department of Veterans Affairs, Battle Creek VA Medical Center, 5500 Armstrong Road, Battle Creek, MI 49037.

Award shall be made to the vendor whose quotation is the most advantageous to the Government, considering Technical, Price, and Past Performance.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items with the following addenda: 52.204-16, 52.252-1, VAAR 852.215-70.
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

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 contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items with the following addenda: FAR 52.204-18, and 52.232-40; VAAR 852.203-70, 852.215-71, 852.232-72, 852.252-70, and 852.246-71.

FAR 52.212-5, Contract 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, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-11, 52.223-18, 52.225-3 Alt I, 52.225-13, 52.232-33.

The Defense Priorities and Allocations System (DPAS) is not applicable.

This is an open-market combined synopsis/solicitation for products as defined herein.B B The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

All contractors must be registered with the System for Award Management (SAM) at https://www.sam.gov.

Submission shall be received not later than Thursday, October 18, by 4:00 PM ET by email at jeffrey.rozema@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Jeffrey Rozema, at jeffrey.rozema@va.gov.
Point of Contact
Point of contact for this solicitation is Jeffrey Rozema, Contracting Officer, email: jeffrey.rozema@va.gov.

Jeffrey P. Rozema
Contracting Officer
jeffrey.rozema@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP