Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2013 FBO #4367
SOLICITATION NOTICE

46 -- OPTION - Vacuum Pan Salt for RO Water Softener, 25 Tons

Notice Date
11/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4100 W. Third St, Dayton, OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA250-14-Q-0011
 
Response Due
11/8/2013
 
Archive Date
5/7/2014
 
Point of Contact
Name: Todd Cress, Title: Contract Specialist, Phone: 9372623386, Fax:
 
E-Mail Address
todd.cress@va.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is VA250-14-Q-0011 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-70. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-11-08 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Chillicothe, OH 45601 The VHA NCO 10 - 250 - Dayton, OH requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 12/06/2013 - 12/05/2014 LI 001: Vacuum Pan Salt for RO Water Softener Salt specifications shall be: Product Description: Vacuum pan salt produced by industry standard evaporation process. The salt is washes, filtered, dried, screened, and quality control tested. Physical Properties: Bulk Density 79 pounds per cubic foot; Shelf life 6 months when stored in dry ambient environment. Chemical Analysis: Sodium Chloride (NaCl) 99.23-99.75% Moisture 0.00-0.07% Water Insolubles 0-35ppm Iron (Fe) 0-11ppm Copper (Cu) 0-6ppm Method of analysis- American Society for Testing and Materials Procedure E534. Typical Screen Analysis: U.S.S MeshTyler MeshOpen (In.)Ret %Range %Cum. %Range % 20200.03311.70-41.70-4 30280.023436.621-5238.222-55 40350.016540.431-5078.668-89 50480.017714.77-2293.388-98 70650.00835.22-998.596-100 80800.0070.70-299.298-100 1001000.00590.40-299.697-100 PanPan0.40-1100 ADMIXTURE: Maximum 13 parts per million sodium ferrocyanide (YPS) added to prevent caking., 25, TONS; LI 002: The contractor shall deliver salt (FOB Destination- NO Charge) on demand, once per year, during the contract period to the Boiler Plant at the Chillicothe VA Medical Center. Delivery shall be 25 tons. Salt shall be delivered in bulk by a truck capable of pneumatic delivery into brine tank. Contractor shall provide all equipment, material and labor necessary deliver salt to the site and unload the truck contents into the salt brine tank. Deliveries shall be coordinated with the Boiler Plant personnel. Deliveries should be scheduled for Monday through Friday between 07:30am and 3:30 pm, Federal Holidays excluded., 1, EA; Option 1 Period of Performance: 12/06/2014 - 12/05/2015 LI 001: Vacuum Pan Salt for RO Water Softener Salt specifications shall be: Product Description: Vacuum pan salt produced by industry standard evaporation process. The salt is washes, filtered, dried, screened, and quality control tested. Physical Properties: Bulk Density 79 pounds per cubic foot; Shelf life 6 months when stored in dry ambient environment. Chemical Analysis: Sodium Chloride (NaCl) 99.23-99.75% Moisture 0.00-0.07% Water Insolubles 0-35ppm Iron (Fe) 0-11ppm Copper (Cu) 0-6ppm Method of analysis- American Society for Testing and Materials Procedure E534. Typical Screen Analysis: U.S.S MeshTyler MeshOpen (In.)Ret %Range %Cum. %Range % 20200.03311.70-41.70-4 30280.023436.621-5238.222-55 40350.016540.431-5078.668-89 50480.017714.77-2293.388-98 70650.00835.22-998.596-100 80800.0070.70-299.298-100 1001000.00590.40-299.697-100 PanPan0.40-1100 ADMIXTURE: Maximum 13 parts per million sodium ferrocyanide (YPS) added to prevent caking., 25, TONS; LI 002: The contractor shall deliver salt (FOB Destination- NO Charge) on demand, once per year, during the contract period to the Boiler Plant at the Chillicothe VA Medical Center. Delivery shall be 25 tons. Salt shall be delivered in bulk by a truck capable of pneumatic delivery into brine tank. Contractor shall provide all equipment, material and labor necessary deliver salt to the site and unload the truck contents into the salt brine tank. Deliveries shall be coordinated with the Boiler Plant personnel. Deliveries should be scheduled for Monday through Friday between 07:30am and 3:30 pm, Federal Holidays excluded., 1, EA; Option 2 Period of Performance: 12/06/2015 - 12/05/2016 LI 001: Vacuum Pan Salt for RO Water Softener Salt specifications shall be: Product Description: Vacuum pan salt produced by industry standard evaporation process. The salt is washes, filtered, dried, screened, and quality control tested. Physical Properties: Bulk Density 79 pounds per cubic foot; Shelf life 6 months when stored in dry ambient environment. Chemical Analysis: Sodium Chloride (NaCl) 99.23-99.75% Moisture 0.00-0.07% Water Insolubles 0-35ppm Iron (Fe) 0-11ppm Copper (Cu) 0-6ppm Method of analysis- American Society for Testing and Materials Procedure E534. Typical Screen Analysis: U.S.S MeshTyler MeshOpen (In.)Ret %Range %Cum. %Range % 20200.03311.70-41.70-4 30280.023436.621-5238.222-55 40350.016540.431-5078.668-89 50480.017714.77-2293.388-98 70650.00835.22-998.596-100 80800.0070.70-299.298-100 1001000.00590.40-299.697-100 PanPan0.40-1100 ADMIXTURE: Maximum 13 parts per million sodium ferrocyanide (YPS) added to prevent caking., 25, TONS; LI 002: The contractor shall deliver salt (FOB Destination- NO Charge) on demand, once per year, during the contract period to the Boiler Plant at the Chillicothe VA Medical Center. Delivery shall be 25 tons. Salt shall be delivered in bulk by a truck capable of pneumatic delivery into brine tank. Contractor shall provide all equipment, material and labor necessary deliver salt to the site and unload the truck contents into the salt brine tank. Deliveries shall be coordinated with the Boiler Plant personnel. Deliveries should be scheduled for Monday through Friday between 07:30am and 3:30 pm, Federal Holidays excluded., 1, EA; Option 3 Period of Performance: 12/06/2016 - 12/05/2017 LI 001: Vacuum Pan Salt for RO Water Softener Salt specifications shall be: Product Description: Vacuum pan salt produced by industry standard evaporation process. The salt is washes, filtered, dried, screened, and quality control tested. Physical Properties: Bulk Density 79 pounds per cubic foot; Shelf life 6 months when stored in dry ambient environment. Chemical Analysis: Sodium Chloride (NaCl) 99.23-99.75% Moisture 0.00-0.07% Water Insolubles 0-35ppm Iron (Fe) 0-11ppm Copper (Cu) 0-6ppm Method of analysis- American Society for Testing and Materials Procedure E534. Typical Screen Analysis: U.S.S MeshTyler MeshOpen (In.)Ret %Range %Cum. %Range % 20200.03311.70-41.70-4 30280.023436.621-5238.222-55 40350.016540.431-5078.668-89 50480.017714.77-2293.388-98 70650.00835.22-998.596-100 80800.0070.70-299.298-100 1001000.00590.40-299.697-100 PanPan0.40-1100 ADMIXTURE: Maximum 13 parts per million sodium ferrocyanide (YPS) added to prevent caking., 25, TONS; LI 002: The contractor shall deliver salt (FOB Destination- NO Charge) on demand, once per year, during the contract period to the Boiler Plant at the Chillicothe VA Medical Center. Delivery shall be 25 tons. Salt shall be delivered in bulk by a truck capable of pneumatic delivery into brine tank. Contractor shall provide all equipment, material and labor necessary deliver salt to the site and unload the truck contents into the salt brine tank. Deliveries shall be coordinated with the Boiler Plant personnel. Deliveries should be scheduled for Monday through Friday between 07:30am and 3:30 pm, Federal Holidays excluded., 1, EA; Option 4 Period of Performance: 12/06/2017 - 12/05/2018 LI 001: Vacuum Pan Salt for RO Water Softener Salt specifications shall be: Product Description: Vacuum pan salt produced by industry standard evaporation process. The salt is washes, filtered, dried, screened, and quality control tested. Physical Properties: Bulk Density 79 pounds per cubic foot; Shelf life 6 months when stored in dry ambient environment. Chemical Analysis: Sodium Chloride (NaCl) 99.23-99.75% Moisture 0.00-0.07% Water Insolubles 0-35ppm Iron (Fe) 0-11ppm Copper (Cu) 0-6ppm Method of analysis- American Society for Testing and Materials Procedure E534. Typical Screen Analysis: U.S.S MeshTyler MeshOpen (In.)Ret %Range %Cum. %Range % 20200.03311.70-41.70-4 30280.023436.621-5238.222-55 40350.016540.431-5078.668-89 50480.017714.77-2293.388-98 70650.00835.22-998.596-100 80800.0070.70-299.298-100 1001000.00590.40-299.697-100 PanPan0.40-1100 ADMIXTURE: Maximum 13 parts per million sodium ferrocyanide (YPS) added to prevent caking., 25, TONS; LI 002: The contractor shall deliver salt (FOB Destination- NO Charge) on demand, once per year, during the contract period to the Boiler Plant at the Chillicothe VA Medical Center. Delivery shall be 25 tons. Salt shall be delivered in bulk by a truck capable of pneumatic delivery into brine tank. Contractor shall provide all equipment, material and labor necessary deliver salt to the site and unload the truck contents into the salt brine tank. Deliveries shall be coordinated with the Boiler Plant personnel. Deliveries should be scheduled for Monday through Friday between 07:30am and 3:30 pm, Federal Holidays excluded., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 10 - 250 - Dayton, OH intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 10 - 250 - Dayton, OH is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. Sellers certify that they are an Authorized Channel or Reseller as of the date of the submission of its Bid, and that they have the authorization required to support the product sale, product pricing, and product warranties in accordance with applicable manufacturer authorization requirements. Unless otherwise specified, Sellers warrant that the products are new and in their original packaging and the OEM warranties remain in full effect. The Sellers confirm to have sourced all products submitted in this Bid from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and the manufacturer?s current applicable policies at the time of purchase. If software is provided or included, Sellers shall, upon request, provide Buyers with a copy of the End User License Agreement. Sellers certify that all manufacturer software is licensed originally to the Buying organization as the original licensee authorized to use the software. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Sellers shall be registered in SAM within five business days of FedBid auction closing in order to be considered for award. This is a Best Value Procurement. This award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to Buyer on the basis of technical capability, past performance, delivery, and price. Technical capability is more important than past performance. Past performance is more important than delivery. Delivery is more important than price. All equivalent bidders must submit specs sheets or documentation that will allow for comparison between the requirement(s) and the bided item. Additionally, bidders may be required to provide an on-site demonstration of equipment capabilities. This solicitation is a non-set-aside requirement, however, the CO may use socioeconomic status as an evaulation factor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA250-14-Q-0011/listing.html)
 
Place of Performance
Address: Chillicothe, OH 45601
Zip Code: 45601-9718
 
Record
SN03229119-W 20131108/131106233843-c6403c5bae174054b1ae64b6296e66ff (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.