DOCUMENT
87 -- Rock Island National Cemetery. Seed and Fertilizer. - Attachment
- Notice Date
- 2/24/2015
- Notice Type
- Attachment
- NAICS
- 325314
— Fertilizer (Mixing Only) Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78615Q0124
- Response Due
- 3/23/2015
- Archive Date
- 5/22/2015
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
al
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 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; quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This is a Request for Quotation (RFQ) for furnishing commercial items. The National Cemetery Administration is soliciting quotations under solicitation number VA786-15-Q-0124 for the following cemetery: Rock Island National Cemetery Rock Island Arsenal Bldg 118 Rock Island, IL 61299 PH: (309-782-2094 POC: John Cantbury This acquisition is 100% set aside for Service-Disabled, Veteran-Owned Small Businesses. The NAICS Code is 325314, Size Standard 500 employee. The Contractor shall deliver the following items to the cemetery address above, FOB Destination on an as-needed basis. The government will contact the Contractor by phone or email to schedule deliveries. SCOPE OF WORK FOR FERTILIZER / SEED CONTRACT AT ROCK ISLAND NATIONAL CEMETERY Line Item 1: 47 (50 lb) bags of turf-grass seed delivered to Rock Island National Cemetery. Bags should be fifty pounds. Blue tag certified, sod-quality, with 85% minimum germination in current season test; 60% perennial ryegrass (a blend of 2 perennial ryegrass cultivars that are each adapted to northwest Illinois) and 40% Kentucky bluegrass (a blend of Kentucky bluegrass cultivars that are each adapted to northwest Illinois). All grass seed shall be delivered in one shipment: 47 (50lb) bags of turf-grass seed delivered on June 2nd Line Item 2: 2500 lbs of total nitrogen delivered to Rock Island National Cemetery. 2500 pounds of total nitrogen (rounded to the nearest bag) as follows: "Nitrogen (N) content of the product 20% or more, with 90-100% of the N in a controlled release form and advertised by the manufacturer to provide nitrogen to the turf for 180 days or longer, such as "urea formaldehyde" or "polymer coated" formulations. "Phosphorous (P) content of 10% "Potash (K) content of 7% or more "Iron (Fe) content of 0% "Form suitable for uniform application with a rotary applicator 2500 lbs to be delivered on June 2nd Line Item 3: 2000 lbs of total nitrogen delivered to Rock Island National Cemetery. 2000 lbs of total nitrogen (rounded to the nearest bag) as follows: "Nitrogen content of the product 20% or more, all of it may be water soluble or rapidly available for plant uptake, such as 100% urea "Phosphorous (P) content of 0% "Potash (K) content of 0% (or more) "Iron (Fe) content of 0% "Form suitable for uniform application with a rotary applicator 2000 lbs to be delivered on September 30th Cemetery staff will use the cemetery's forklift to unload the pallets of fertilizer and seed at the time of delivery. Questions pertaining to this solicitation must be sent by e-mail to: elviravann @va.gov no later than 9 am EST, March 16, 2015. Telephone inquiries will not be accepted. Questions received after the specified date and time will not be considered. All offerors shall include the following information printed on each offer: "Legal Business/Company Name (as it is indicated in www.sam.gov) "DUNS Number "Point of Contact Name "Telephone number "E-Mail Address "Federal Tax ID# The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clauses 52.247-34 F.O.B. Destination, 52.211-17 Delivery of Excess Quantities, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-21 Requirements, 52.246-2 Inspection of Supplies--Fixed-Price apply to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following VAAR Clauses will apply: 852.203-70 Commercial Advertising, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.211-73 Brand name or equal, 852.232-72 Electronic Submission of Payment Requests. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. The Government intends to award a contract resulting from this solicitation using the evaluation method "Lowest Price Quoter." 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. Offers received from concerns that are not service-disabled veteran-owned small business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals. Failure to do so will result in your offer being removed for consideration for this solicitation. Offerors are responsible for obtaining any and all amendments or additional information at http://www.fbo.gov. Quotes are due at 2:00 P.M. EST on March 23, 2015. CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1(f). Quotes can be only emailed to: Elvira.Vann@va.gov Department of Veterans Affairs National Cemetery Administration Contracting Service Memorial Service Network IV Attn: Elvira D. Vann, RFQ VA786-15-Q-0124 575 North Pennsylvania Street, Suite 495 Indianapolis, IN 46204
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0124/listing.html)
- Document(s)
- Attachment
- File Name: VA786-15-Q-0124 VA786-15-Q-0124.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1882981&FileName=VA786-15-Q-0124-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1882981&FileName=VA786-15-Q-0124-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-15-Q-0124 VA786-15-Q-0124.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1882981&FileName=VA786-15-Q-0124-000.docx)
- Place of Performance
- Address: Rock Island National Cememtery;Rock Island Arsenal Bldg 118;Rock Island, IL
- Zip Code: 61299
- Zip Code: 61299
- Record
- SN03650084-W 20150226/150224235109-19a78ab11532c05cce9660ec12b8d8e2 (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 |