SOLICITATION NOTICE
68 -- Bulk Solar Salt Boiler Plant 4 Year Option
- Notice Date
- 9/30/2020 6:11:36 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q1135
- Response Due
- 10/7/2020 10:00:00 AM
- Archive Date
- 12/06/2020
- Point of Contact
- Louellen Butler, Contract Specialist, Phone: +1 (215) 823-5800 X4919
- E-Mail Address
-
Louellen.Butler@va.gov
(Louellen.Butler@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a Combined Synopsis/Solicitation for a supply of Bulk Solar Salt for Auto Brine System, Building 14, Coatesville VA Medical Center, as prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24420Q1135 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08 dated 8/13/2020. (iv) This solicitation is set aside 100% Small Business and the associated NAICS code 325998 has a small business size standard of 500. (IV) Schedule of Requirement/CLINS (v) Statement of Work __________________________________________________________________________ STATEMENT OF WORK FOR Bulk Solar Salt for Auto Brine System Building 14 COATESVILLE VA MEDICAL CENTER DESCRIPTION: This project includes all necessary work associated the supply of bulk solar salt for the Coatesville VA Medical Center at the Building 14 boiler plant, while complying with the Department of Veterans Affairs (VA) requirements, attachments, and all applicable Federal, State, and local codes. LINE ITEMS DECRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Bulk Salt Delivery and Maintenance of Brining System Base Contract Period: Base POP Begin: 10/12/2020 POP End: 10/11/2021 90 TN 1001 Bulk Salt Delivery and Maintenance of Brining System Contract Period: Option 1 POP Begin: 10/12/2021 POP End: 10/11/2022 90 TN 2001 Bulk Salt Delivery and Maintenance of Brining System Contract Period: Option 2 POP Begin: 10/12/2022 POP End: 09/11/2023 90 TN 3001 Bulk Salt Delivery and Maintenance of Brining System Contract Period: Option 3 POP Begin: 10/12/2023 POP End: 10/11/2024 90 TN 4001 Bulk Salt Delivery and Maintenance of Brining System Contract Period: Option 4 POP Begin: 10/12/2024 POP End: 10/11/2025 90 TN PLACE OF PERFORMANCE: The Coatesville VA Medical Center (CVAMC) - 1400 Blackhorse Hill Rd, Bldg. 3, Coatesville, PA 19320. BACKGROUND: Solar Salt is used to regenerate the softeners in Building 14 for the boiler plant. SCOPE: The contractor shall provide all labor, supplies, transportation, and equipment necessary to maintain the level of salt in the outdoor holding tank along with maintain the auto-brine system. Work will include, but is not limited to; Maintaining the level of Solar Salt in the holding tank to provide a consistent level of salt concentration in the brine solution PERFORMANCE REQUIREMENTS POINTS OF CONTACT: Richard Pressley (Contracting Officer Representative (COR)): Email: Richard.Pressley@va.gov Phone: (610)384-7711 x3528 William Strong (Supervisor): Email: William.Strong3@va.gov Phone: (610)384-7711 x3507 SPECIAL CONTRACTOR PROVISIONS: Contractor Responsibilities: The contractor is responsible for verifying all site conditions prior to performing any work under this contract. The contractor is responsible for protecting adjacent structures, equipment, vehicles, pedestrians, and vegetation while performing under this contract. The contractor shall be responsible for the actions of all individuals provided to work under this contract. If in the event damages arise from work provided by contractor personnel, the contractor shall be responsible for all resources necessary to remedy the incident (including damages to landscaping) at no additional cost to the Government. The contractor shall adhere to all Occupational Safety and Health Administration (OSHA) regulations, as well as the safety regulations of the CVAMC while performing under this contract; see Attachment C - Safety and Health During Construction. The contractor shall be responsible for ensuring that all individuals provided to work under this contract are properly licensed to operate a motor vehicle, if operating a motor vehicle on VA property is required. Security Requirements: Contractor personnel shall properly display their employee identification at all times while on VA property so that their name, photo, and the company they work for can easily be seen. Required Contractor Notifications: Contractor personnel shall inform the COR of the need to gain access to secured areas. If access is required to secured areas, prearranged scheduling will be coordinated between the contractor and the COR. The contractor shall coordinate all equipment shutdowns with the COR. If work is required beyond the terms of this contract, the contractor shall provide the Contracting Officer (CO) and the COR with a written cost estimate for any additional work or materials at no cost to the Government. The contractor shall not perform any work or make any purchases beyond the terms of this contract without approval from the CO. Warranty: All services provided by the contractor, as well as parts replaced shall come with a one (1) year warranty (minimum). All labor, tools, supplies, transportation, and equipment associated with the replacement of warranty items shall be provided by the contractor at no additional cost to the Government. Interference in Performance Requirements: The following provisions shall be adhered to by contractor personnel throughout the duration of this contract: In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the Government. Contractor Required Reporting: The contractor shall supply the COR with any product literature and maintenance requirements for all items installed under this contract. Cleanup and Disposal: Housekeeping: The contractor shall maintain a clean work environment, ensuring the area is free from debris after the completion of any and all services provided under this contract. If the COR finds the area where services were provided to be unacceptable, the contractor at his/her own cost shall re-clean the area until acceptance is gained. Disposal of Trash and Hazardous Waste: a. The contractor shall be responsible for the removal of all trash and debris from VA property after the completion of any and all services provided under this contract. The contractor shall comply with the Occupational Safety and Health Administration (OSHA), the United States Environmental Protection Agency (EPA), the Department of Transportation (DOT), State, and all other applicable regulations governing the proper handling, disposal, and removal of waste. PERFORMANCE SCHEDULE: Working Hours: Work shall be performed Monday through Friday (except Federal Holidays), 7:00 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following provision AND instructions are added as addenda: 52.252- 1 Solicitation Provision Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ https://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2016) Grey Market Items- 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 remanufacturers or gray market items will be acceptable. 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. 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 to 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. (End of provision) 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from a solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance(see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance. Technical and past performance, when combined, are _____ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished t 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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on BETA.SAM.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/far 52.204-13 System for Award Management Maintenance (OCT 2018) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End of Clause) CLAUSES: 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within TEN DAYS. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-9 Option to Extend the Term of Contract (MAR 2000) FULL TEXT (a) The Government may extend the term of this contract by written notice to the Contractor within THIRTY DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least SIXTY days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed FIVE YEARS, SIX MONTHS. (End of Clause) 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018 VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.246-71 Rejected Goods (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (MAY 2019) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered All interested parties shall be registered, active and verified with the following sites to be considered for award. (This registration is only required for businesses claiming to have an SDVOSB or VOSB status). SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. This is an open-market combined synopsis/solicitation for equipment as defined herein. 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). Quotes must be emailed to Louellen.Butler@va.gov and received no later than 01:00 P.M. EST on Wednesday, October 07, 2020. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Louellen.Butler@va.gov will be accepted. Point of Contact: Any questions or concerns regarding this solicitation should be submitted in writing to the Contracting Officer, via email to Louellen.Butler@va.gov. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1d1f0388a24d405e994f0d55829978c0/view)
- Place of Performance
- Address: COATESVILLE VETERANS AFFAIRS MEDICAL CENTER Building 14 1400 Blackhorse Hill Road, Coatesville, PA 19320-2040, USA
- Zip Code: 19320-2040
- Country: USA
- Zip Code: 19320-2040
- Record
- SN05815927-F 20201002/200930230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |