DOCUMENT
91 -- Base and Four, One Year Options to Provide Diesel and Regular Gasoline at Florida National Cemetery - Attachment
- Notice Date
- 4/13/2017
- Notice Type
- Attachment
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78617Q0379
- Response Due
- 4/24/2017
- Archive Date
- 5/24/2017
- Point of Contact
- Antionette Collins-Somerville
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation For DIESEL AND UNLEADED FUEL FOR FLORIDA NATIONAL CEMETERY THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SUPPLIES AND PREPARED IN ACCORDANCE WITH THE FORMAT IN 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; QUOTES ARE BEING REQUESTED AND A SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION VA786-17-Q-0379 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-89 and are available in full text through Internet access at http://www.acquisition.gov/far. 1. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, Open Market procurement. North American Industry Classification System (NAICS) code is 324110 and the size standard is 1,500 Employees or no more than 200,000 barrels per calendar day. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM )at http://www.sam.gov, PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. *NOTE*SD VOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. 2. 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. Therefore, all quotations received prior to the RFQ close date will be considered by the Contracting Office. A single award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. The Contractor shall deliver the following items to the cemetery address above, FOB Destination. Delivery shall be for a Base Period and Four(4), One(1) Year Options Florida National Cemetery Saratoga National Cemetery 6502 SW 102nd Avenue Bushnell, FL 33513 POC: Edward Brown Edward.Brown1@va.gov (352)793-3603 PLEASE SEE THE ATTACHMENT B: STATEMENT OF WORK 3. The following Provisions and Clauses apply to this procurement: a). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Quotes are due on April 24, 2017 2:00PM EST IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED QUOTES ARE PROVIDED IN THE VENDOR PORTAL GUIDE. ATTACHMENT D- VENDOR PORTAL GUIDE Please go the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit their quotes through the Vendor Portal domain, prior to the deadline for submission of quotes, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Quotes transmission/successful uploads must be completed by the deadline for submission of Quotes. Offerors unable to submit their quotes through VA eCMS Vendor Portal, may submit their quotes via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their quotes submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, Antionette Collins-Somerville, at Antionette.Collins-Somerville@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quotes prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quotes via the Portal. The offeror shall receive approval from the contracting officer prior to submitting quotes via email. This document shall be submitted with the Offeror s quotes. In the event an Offeror has not requested submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit their quotes via Vendor Portal, the Offeror will be considered non responsive and the quotes, if late, will not be accepted. Quote shall include the information listed below. Quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. The following factors will be considered when evaluating the quotes: Technical and Price. The Offeror s quote shall consist of four (4) volumes. The Volume I Technical-Literature Review, Volume II-Past Performance, Volume III Price, and Volume IV - Certifications & Representations. 2. RFQ FILES. Offerors quotations shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quotation page limitations are not applicable to this procurement. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions will not be evaluated. a. File Packaging. All of the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. b. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume Number Factor File Name Page Limitations* Volume I Technical: (Company Name) Tech.pdf 20 Volume II Past Performance (Company Name) Past Performance.pdf 10 Volume III Price (Company Name) Price.xls None Volume IV Offer & Award Documents, Certifications & Representations (Company Name) OfrRep.pdf None A Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government. VOLUME I- TECHNICAL Offerors shall propose a detailed approach that addresses the following: Offerors shall provide a written document on meeting the requirements presented in the Product Description, including any innovative processes and/or procedures. Descriptive Literature The offeror shall provide descriptive literature (see definition below) and performance requirements of each product. Descriptive literature must be identified and highlighted to show the appropriate model and type and all component items for functions offered and clearly show that the item(s) offered are in compliance with the salient characteristics. The offeror may supplement the descriptive literature with a written technical document if the literature does not sufficiently demonstrate product compliance with the requirements. Descriptive Literature, as used in this RFQ, means information (including, but not limited to, cuts, illustrations, drawings, service manuals, and brochures) that is submitted as part of a quotation. Descriptive literature is required to verify, for the purpose of evaluation and establishment, details of the product offered that are specified in the salient characteristics. To be technically acceptable, descriptive literature (1) shall be identified and highlighted to show the item(s) of the offer to which it applies and (2) shall show the appropriate model and type and all component items for functions offered (if applicable) and (3) shall demonstrate that all quoted products are in compliance with all of the salient characteristics. This descriptive literature must be received by the Government by the time specified in this RFQ for receipt of quotations. VOLUME II-PAST PERFORMANCE Offerors must identify previous federal, state, and local government and private contracts that they have completed and that are similar to the contract being evaluated. List no more than three (3) contracts for evaluation within the last five (5) years. Quoters are required to complete the Business Management Questionnaire. Please see Attachment C. VOLUME III PRICE The Price Quote does not have a page limitation; however, Contractor s quotes shall provide detailed information that provides a list of price. The contractor s price quote must be separated from the technical submittal. The contractor shall propose firm fixed price. The quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. VOLUME IV- OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS Certifications and Representations - An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone number E-Mail Address Acknowledgement of Amendments, if any. Any proposed exceptions to solicitation terms and conditions Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s quote Unacceptable, and thus ineligible for award. b). The provision at 52.212-2, Evaluation -- Commercial Items(OCT 2014) The Government will award a firm fixed price contract using the best value tradeoff approach resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The following factors listed in descending order of importance will be used to evaluate offers: (1) Technical, (2) Past Performance; and (3) Price. Technical Capability and Past Performance when combined are more important than Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation of options shall not obligate the Government to exercise the option(s). Before the offeror s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt unless a written notice of withdrawal is received before award. (c) A written notice of award and signed, acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether are not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum To FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) The Government intends to award without discussions however; the Government retains the right to hold discussions if deemed necessary. Quoters are urged to ensure that their quote is submitted on the most favorable terms, since less than their best potential could result in exclusion of the quote from further consideration. Failure to include all required documentation as required in this RFQ, may result in your submission being found to be technically unacceptable and removed from further consideration. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. Quotes will be evaluated for acceptability but not ranked using the non-cost/price factors. Each non-cost factor will be rated acceptable/unacceptable. To receive consideration for award, a rating of acceptable must be achieved for technical and past performance. FACTOR 1: Technical FACTOR 2: Past Performance FACTOR 3: Price Quotes will be evaluated based on the following factors listed as shown below: 1. TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the quote demonstrates a clear understanding of the technical features involved in meeting the requirements and whether the Offeror s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical quotes, if deemed necessary by offeror to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described below) and are thus considered technically acceptable. Any quoted product that does not meet all of the salient characteristics will be deemed technically unacceptable, and thus ineligible for award. 2. PAST PERFORMANCE EVALUATION APPROACH. Offeror shall provide no more than three, recent (within the last 5 years), and relevant Past Performance Questionnaires. Past Performance should be relevant in size, scope, and complexity. The Questionnaires (with top portion completed) shall be submitted in Volume II for (Past Performance). Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror s past performance. The Government reserves the right to determine the relevance of past performance information. If no past performance information is readily available, the Offeror s past performance will be evaluated neither favorably nor unfavorably. 3. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis in the Price and Schedule section. The Government will evaluate quotes by adding the total of all line item prices for the base and all options. Pricing may be compared against the Independent Government Estimate (IGE) or against the average mean of the offers received and may be used to set a competitive range if discussions are deemed necessary. Evaluation Process: A Responsibility Determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of responsibility and ability the databases include, but are not limited to Experian, PPIRS, EPLS, VetBiz and SBA. PROVISIONS AND CLAUSES: CLAUSES Clauses: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS ; FULL TEXT; 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) (Jan 2017); FAR 52.212-4, Contract Terms and Conditions (Jan 2017) applies to this acquisition. Addendum to 52.212-4. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) applies to this acquisition.; 52.216-21, Requirements (OCR 1995) INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference;52.203-3, Gratuities (APR 1984); 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014); 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011); 52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.211-17 Delivery of Excess Quantities (SEP 1989); 52.211-17 Delivery of Excess Quantities (SEP 1989); 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013); 52.228-5 Insurance Work on a Government Installation (JAN 1997); Supplemental Insurance Requirements; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.237-3 Continuity of Service (JAN 1991); 52.242-13 Bankruptcy (JUL 1995); 52.246-2 Inspection of Supplies-Fixed-Price; 52.246-1 Contractor Inspection Requirements (APR 1984); 52.246-16 Responsibility For Supplies (APR 1984); 52.247-34, F.O.B. Destination (NOV 1991); Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html https://www.va.gov/oal/business/pps/policy.asp Solicitation Provisions: 52.203-98, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation ) (JAN 2017); 52.209-5, Certification Regarding Responsibility Matters (OCT 2015); 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or Felony Conviction Under Any Federal Law (DEVIATION) (OCT 2015); 52.209-7, Information Regarding Responsibility Matters (JUL 2013); 52.212-1, Instructions to Offerors- Commercial Items (JAN 2017); 52.216-1Type Of Contract (APR 1984); 52.233-2, Service of Protest (Sep 2006); 52.237-1 Site Visit (APR 1984); 52.233-2, Service of Protest (SEP 2006). 52.212-2, Evaluation-Commercial Items (OCT 2014); 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017); PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7, System for Award Management (OCT 2016); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-17, Ownership Or Control Of Offeror (JUL 2016); 52.211-6, Brand Name or Equal (AUG 1999); 52.217-8 Option to Extend Services (NOV 1999); 52.223-1, Biobased Product Certification (MAY 2012); 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015). VAAR: The VAAR Clauses applicable to this acquisition are 852.203-70, Commercial Advertising (JAN 2008), 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.211-73 Brand Name or Equal (JAN 2008); 852.211-75 Product Specifications (JAN 2008); 852.219-10, VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (DEC 2009); 853.232-72 Electronic Submission Of Payment Request (NOV 2012); 852.233-71 Alternate protest procedure (JAN 1998); 852.246-70 Guarantee (JAN 2008); 852.246-71, Inspection (JAN 2008); 852.270-1, Representatives of Contracting Officers (JAN 2008). Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil/ ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACT SPECIALIST ONLY! Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Antionette Collins-Somerville at Antionette.Collins-Somerville@va.gov. All questions must be received by no later than April 18, 2017 at 12:00PM E.S.T. to give reasonable time to respond to questions prior to close of the solicitation. No questions will be accepted after April 18, 2017 at 12:00pm E.S.T. The solicitation closes on April 24, 2017 at 2:00PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0379/listing.html)
- Document(s)
- Attachment
- File Name: VA786-17-Q-0379 VA786-17-Q-0379.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413413&FileName=VA786-17-Q-0379-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413413&FileName=VA786-17-Q-0379-000.docx
- File Name: VA786-17-Q-0379 Statement of Work Diesel Gasoline Florida National.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413414&FileName=VA786-17-Q-0379-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413414&FileName=VA786-17-Q-0379-001.docx
- File Name: VA786-17-Q-0379 ATTACHMENT C Business Management Questionnaire 1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413415&FileName=VA786-17-Q-0379-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413415&FileName=VA786-17-Q-0379-002.docx
- File Name: VA786-17-Q-0379 ATTACHMENT D - Vendor eCMS Portal Guide.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413416&FileName=VA786-17-Q-0379-003.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413416&FileName=VA786-17-Q-0379-003.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-17-Q-0379 VA786-17-Q-0379.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3413413&FileName=VA786-17-Q-0379-000.docx)
- Place of Performance
- Address: Florida National Cemetery;6502 SW 102 Avenue;Bushnell, FL
- Zip Code: 33513
- Zip Code: 33513
- Record
- SN04472272-W 20170415/170413235501-d54b31d7504fe4a4d58cd4e498ec61f3 (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 |