The RFP Database
New business relationships start here

Ohio Western Reserve Natl Cemetery - Liquefied Petroleum Gas - Propane delivery service.


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

36C78620Q0064
2 of 11

Request For Quotation (RFQ) FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78620Q0064
Post Date: 10/11/2019
Original Response Date: 10/30/2019 at 2:00 pm
Applicable NAICS: 424720
Classification Code: 9130
Set Aside Type: Not Applicable - Unrestricted
Period of Performance: 11/1/2019 10/31/2020 Base
Plus Four (4) Option Periods

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contracting Services
18434 Joplin Road
Triangle VA 22172

Place of Performance: Ohio Western Reserve National Cemetery
10175 Rawiga Road
Seville, OH 44273

Attachments: A Wage Determination for Truck Driver, Medium
B Statement of Work



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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0064

This solicitation is unrestricted.

The applicable North American Industrial Classification System (NAICS) code for this procurement is 424720, with a business size standard of 200 Employees.

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.

The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirements Contract.

Scope: The contractor shall be responsible for providing delivery of Liquified Petroleum Gas (LPG-Propane) cylinders, exchange of empty LPG Propane cylinders with full and functional cylinders, as requested by the Government s representative, or their designee, and a lockable storage apparatus rated for storage of LPG Propane cylinders. These services are required at Ohio Western Reserve National Cemetery.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete referenced services for Ohio Western National Cemetery following National Cemetery Administration standards. Units and services to be in accordance with Statement of Work, Technical Specifications, and the terms and conditions contained in this solicitation.

The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly.

Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only.

The guaranteed minimum award for this contract is $XXX.XX The maximum aggregate value of orders that can be placed under this contract is $XXXX.XX. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount.

Period of Performance: 11/1/2019 10/31/2019
CLIN
No.
Supplies/Services
Est. Qty
Unit
Unit Price
Total Price
0001
Provide Delivery of and replenishment through the exchange of Liquefied Petroleum Gas (LPG), Propane via 21 lbs tanks.
10
EA.
$_________
$___________
0002
Furnish and maintain a lockable storage apparatus for Liquefied Petroleum Gas (LPG) Propane tanks. Maintain LPG tanks, hoses, and connection devices used in the operation of the LPG tanks.
1
EA.
$_________
$___________




Total:

Option year One Dates:
1001
Provide Delivery of and replenishment through the exchange of Liquefied Petroleum Gas (LPG), Propane via 21 lbs LPG tanks.
10
EA.
$__________
$___________
1002
Furnish and maintain a lockable storage apparatus for Liquefied Petroleum Gas (LPG) Propane tanks. Maintain LPG tanks, hoses, and connection devices used in the operation of the LPG tanks.
1
EA.
$__________
$___________




Total
$___________
Option year Two Dates:
2001
Provide Delivery of and replenishment through the exchange of Liquefied Petroleum Gas (LPG), Propane via 21 lbs LPG tanks.
10
EA.
$__________
$___________
2002
Furnish and maintain a lockable storage apparatus for Liquefied Petroleum Gas (LPG) Propane tanks. Maintain LPG tanks, hoses, and connection devices used in the operation of the LPG tanks.
1
EA.
$__________
$___________




Total
$___________
Option year Three Dates:
3001
Provide Delivery of and replenishment through the exchange of Liquefied Petroleum Gas (LPG), Propane via 21 lbs LPG tanks.
10
EA.
$__________
$___________
3002
Furnish and maintain a lockable storage apparatus for Liquefied Petroleum Gas (LPG) Propane tanks. Maintain LPG tanks, hoses, and connection devices used in the operation of the LPG tanks.
1
EA.
$__________
$___________




Total
$___________
Option year Four Dates:
4001
Provide Delivery of and replenishment through the exchange of Liquefied Petroleum Gas (LPG), Propane via 21 lbs LPG tanks.
10
EA.
$__________
$___________
4002
Furnish and maintain a lockable storage apparatus for Liquefied Petroleum Gas (LPG) Propane tanks. Maintain LPG tanks, hoses, and connection devices used in the operation of the LPG tanks.
1
EA.
$__________
$___________




Total
$___________

Total Estimated Price Base and all option periods


$______________

Services to be Provided: See Attachment B Statement of Work
SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Ohio Western Reserve National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Ohio Western Reserve National Cemetery,
POC: Cemetery Foreman; Phone: 330-335-3069 Extension 1507

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm on 10/30/2019. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award 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.

All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days (Friday 10/25/2019 at 2:00pm) before the closing date of the solicitation. Questions will not be addressed using the telephone.




Proposal Format and Submission Information:

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

-Pricing shall be submitted as requested in the Schedule of Supplies/Services
-Technical Package for Evaluation
-Past Performance Questionnaire (Attachment C)
-List of References (Attachment D)

Proposals shall be submitted via email or via mail to the following addresses:

Email: david.boyd7@va.gov

Mail: 18434 Joplin Road
Triangle, Virginia 22172

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: david.boyd7@va.gov. Telephone inquiries will not be accepted.

Evaluation Process:
The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole.

Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government.

The following factors shall be used to evaluate offers:
Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award.

Technical Acceptability
Demonstrated experience performing this requirement.
Demonstrated qualifications to perform services.
Use of Sub-Contractors.

Past Performance.


Proposal Contents:

-Pricing shall be submitted as requested in the Schedule of Supplies/Services.
-Technical Package for Evaluation

The following shall be included as part of the offeror s submission:
Experience of company and subcontractors anticipated to perform work under this contract.
Managerial & Technical Qualifications of key personnel.
Qualifications of any proposed sub-contractors and the percentage of work they will be performing.
-Past Performance. The offeror is responsible for providing three (3) references of their choosing. The completed references shall be sent to: david.boyd7@va.gov no later than the solicitation s closing date and time. The references chosen by the offeror should be selected based on past projects of the same or similar work.
Solicitation Provisions and Contract Clauses
The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
https://www.va.gov/oal/library/vaar/

The following solicitation provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017)
VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)

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 (Jan 2017) applies to this acquisition.

Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017):

FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2018)
FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days)
FAR 52.216-21 Requirements (Oct 1995) (September 30, 2018)
FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.237-3 Continuity of Services (Jan 1991)
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984)

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9).

(c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)

Employee Class

Monetary Wage Fringe Benefits
Truckdriver - Medium
$19.05 + $4.50





End of Addenda




STATEMENT OF WORK
Scope:
The contractor shall furnish and deliver Liquefied Petroleum Gas (LPG -Propane) on an as needed basis to Ohio Western Reserve National Cemetery (OWRNC) located at:
10175 Rawiga Rd,
Seville, OH 44273

Ohio Western Reserve National Cemetery requires ten (10) 20-pound LPG-Propane tanks for use in support of cemetery operations. In addition to the LPG Propane tanks, the cemetery requires a lockable storage apparatus designed for storage of LPG-Propane tanks.
Estimated usage of LPG-Propane is 1000 gallons annually.
Requirements:
Full LPG-Propane cylinders shall be delivered within 48 hours after a request has been made by the government point of contact (GPOC) or their designee. Empty LPG-Propane tanks shall be replaced by full and functional tanks. Inclement weather does not void the 48-hour delivery time frame after the request has been made by the GPOC or their designee.
Delivery drivers shall be lawfully qualified and certified to transport and handle LPG-Propane cylinders in accordance with applicable local, state, and federal regulations, codes, and laws.
Contractor shall provide evidence to confirm that delivery driver is in possession of valid credentials authorizing them to operate a vehicle used for the transportation of LPG-Propane.
Contractor shall be responsible for supplying a lockable storage apparatus specifically designed for storage of LPG Propane cylinders when not in use.
Contractor shall provide a Program Manager (PM) and Alternate PM (APM) who shall be responsible for the work under this contract. The names of the PM and APM shall be included in the response to the Request for Quote (36C78620Q0064). The PM and/or APM shall have full authority to act for the Contractor on all matters relating to regular performance under the terms of the contract. The PM and/or APM shall be available between the hours of 7:30 a.m. to 4:00 p.m., Monday through Friday, except federal holidays or when the government facility is closed for administrative purposes.
Contractor shall comply with all current local, State, and Federal environmental and occupational safety laws, rules, and regulations. The Contractor shall notify the Contracting Officer or their authorized representative in writing in addition to any verbal notification of such conflicts.
The Contractor shall be liable for all fines, penalties, and costs which may result from violations of or failure to comply with all such current local State, or Federal laws, rules and regulations.
Upon discovery of a serious hazard such as, but not limited to fire, or large fuel spill, the Contractor shall immediately notify the Fire Department, and the GPOC.
Contractor shall notify the GPOC of any condition resulting from any mishap that may disturb the operation of the National Cemetery. Any variations to the Statement of Work shall be discussed and agreed upon before deviating from the same.
End of Document

David Boyd
Contract Specialist

David.Boyd7@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP