Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2021 SAM #7063
SOLICITATION NOTICE

87 -- Chattanooga National Cemetery | Fertilizer Delivery Services | May 1, 2021 through April 30, 2022 with (4) 1-Year Options through April 30, 2026.

Notice Date
4/1/2021 12:22:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325314 — Fertilizer (Mixing Only) Manufacturing
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78621Q0140
 
Response Due
4/19/2021 1:00:00 PM
 
Archive Date
06/18/2021
 
Point of Contact
Tene Becknell, Contracting Officer, Phone: 540-658-7226
 
E-Mail Address
tene.becknell@va.gov
(tene.becknell@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78621Q0140 Date of Solicitation: April 1, 2021 Solicitation Questions Due: April 15, 2021 at 4:00 p.m. (Eastern) Response Due Date: April 19, 2021 at 4:00 pm (Eastern) Requested Services Fertilizer Delivery Services Place of Performance: Chattanooga National Cemetery 1200 Bailey Avenue Chattanooga, TN 37404 Applicable NAICS: 325314 | Fertilizer (Mixing Only) Manufacturing Classification Code: 8720 | Fertilizers Set Aside Type: 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: May 1, 2021 through April 30, 2022 with (4) 1-Year Options through April 30, 2026. Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contracting Services 18434 Joplin Road Triangle, VA 22172 Attachments: (A) Statement/Scope of Work/Description of Need (B) Price/Cost Schedule (Contract Line Items or CLINs) (C) Past Performance Questionnaire 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. This solicitation is issued as a Request for Quotation (RFQ), Solicitation Number: 36C78621Q0140. This is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The applicable North American Industrial Classification System (NAICS) code for this procurement is 325314, Fertilizer (Mixing Only) Manufacturing, with a business size standard in number of employees at 500 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.  In accordance with FAR 19.502-4, the Government reserves the right to make multiple contract awards to more than one responsible SDVOSB concern. Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. In accordance with Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10 (Nov 2020), Quoters understand that at least 51 percent of the cost of personnel for contract performance will be spent for employees of your business concern or employees of other eligible Service-Disabled Veteran-Owned small business concerns.  Quoters must demonstrate in their Technical Proposal volume, a detailed plan of action on how compliance with this mandate will be met and maintained for the duration of this contract. NON-PERSONAL SERVICES CONTRACT The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide complete Fertilizer Delivery services for the Chattanooga National Cemetery as required. Units and services shall be in accordance with Statement or Scope of Work, Description of Need, Technical Specifications, Performance Incentives/Disincentives (e.g., Quality Assurance Surveillance Plan, if applicable), and all other terms and conditions contained in this Solicitation. Quoter is to understand that the quantities stated in the schedule are estimates for pricing purposes only. The schedule price provided shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Quoters 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 proposed price and the total of the CLINs will be recomputed accordingly. CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ SEE ATTACHMENT B - PRICE/COST SCHEDULE Total $___________ Total Estimated Price Base and all Option periods $______________ SCOPE: The Quoter shall be responsible for providing complete Fertilizer Delivery services as scheduled starting May 1, 2021 through April 30, 2022 with (4) 1-Year Options through April 30, 2026, at the Chattanooga National Cemetery. Services to be Provided: See Attachment A Statement/Scope of Work/Description of Need. Requesting Service: The Department of Veterans Affairs - Chattanooga National Cemetery Cemetery Address: 1200 Bailey Avenue Chattanooga, TN 37404 Description of Need: The Chattanooga National Cemetery located at 1200 Bailey Ave, Chattanooga, TN 37404 has an immediate need for Fertilizer services (including delivery). Period of Performance Base Year May 1, 2021 to April 30, 2022 Option Year I May 1, 2022 to April 30, 2023 Option Year II May 1, 2023 to April 30, 2024 Option Year III May 1, 2024 to April 30, 2025 Option Year IV May 1, 2025 to April 30, 2026 The Contractor shall furnish all supervision, labor, equipment, materials and supplies necessary to provide quantities of fertilizers as stated below to the Chattanooga National Cemetery located at 1200 Bailey, Chattanooga TN, 37404. Delivery will be based on schedule below and arranged with the COR for a specific delivery time. Delivery driver will contact the cemetery 24 hours in advance of delivery for directions to the cemetery back delivery gate/maintenance yard off East 13th Street. Upon delivery the COR/POC will inspect and sign for all products. No deliveries allowed at the Main Entrance. DELIVERY SCHEDULE: 1st order, May 1, Quantity (300) Fertilizer (20-5-10) 50 lb. bag. POLYON FERTILIZER GUARANTEED ANALYSIS Total Nitrogen (N)....20.0000% 1.9570% Ammoniacal Nitrogen 18.0430% Urea Nitrogen Available Phosphate 5.0000% Soluble Potash 10.0000% Derived From: Ammonium Phosphate, Muriate of Potash, Polymer Coated Urea, Urea * 4% slow release NITROGEN derived from Polymer Coated Urea Chlorine (Cl), Not more than...7.7420% Density - 68 lb./(cu. ft.) Net Wt. 50lb 2nd order, May 1 Quantity (300) Fertilizer (20-5-10) 50 lb. bag. POLYON FERTILIZER GUARANTEED ANALYSIS Total Nitrogen (N)....20.0000% 1.9570% Ammoniacal Nitrogen 18.0430% Urea Nitrogen Available Phosphate 5.0000% Soluble Potash 10.0000% Derived From: Ammonium Phosphate, Muriate of Potash, Polymer Coated Urea, Urea * 4% slow release NITROGEN derived from Polymer Coated Urea Chlorine (Cl), Not more than...7.7420% Density - 68 lb./(cu. ft.) Net Wt. 50lb 3rd order, June 25 Quantity (300) Fertilizer (28-0-3) 50 lb. bags GUARANTEED ANALYSIS Total Nitrogen (N)..28.0000% 28.0000% Urea Nitrogen Soluble Potash 3.0000% Iron (Fe) .... 5.0250% 5.0250% Water Soluble Iron (Fe) Derived From: Muriate of Potash, Polymer Coated Urea, Urea, Ferrous Sulfate * 5.6% slow release NITROGEN derived from Polymer Coated Urea Chlorine (Cl), Not more than...2.3230% Density - 60 lb./(cu. ft.) CAUTION MAY CAUSE STAINS ON CONCRETE Net Wt. 50lb 4th order, August 15 Quantity (300) Fertilizer (28-0-3) 50 lb. bags GUARANTEED ANALYSIS Total Nitrogen (N)..28.0000% 28.0000% Urea Nitrogen Soluble Potash 3.0000% Iron (Fe) .... 5.0250% 5.0250% Water Soluble Iron (Fe) Derived From: Muriate of Potash, Polymer Coated Urea, Urea, Ferrous Sulfate * 5.6% slow release NITROGEN derived from Polymer Coated Urea Chlorine (Cl), Not more than...2.3230% Density - 60 lb./(cu. ft.) CAUTION MAY CAUSE STAINS ON CONCRETE Net Wt. 50lb 5th and final order for the year - order Sept 10 Quantity (300) Fertilizer (15-15-15) 50 lb. bag. POLYON FERTILIZER GUARANTEED ANALYSIS Total Nitrogen (N).....15.0000% 1.9570% Ammoniacal Available Phosphate 15.0000% Soluble Potash 15.0000% Derived From: Ammonium Phosphate, Muriate of Potash, Polymer Coated Urea, Urea * 4% slow release NITROGEN derived from Polymer Coated Urea Chlorine (Cl), Not more than...7.7420% Density - 68 lb./(cu. ft.) Net Wt. 50lb INSTRUCTIONS TO QUOTERS: Prospective awardees MUST have a current and active registration with the System for Award Management (SAM) at http://www.sam.gov PRIOR TO AWARD and through final payment, and must complete annual Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT CANNOT BE AWARDED TO COMPANIES THAT DO NOT HAVE A CURRENT/ACTIVE SAM ACCOUNT REGISTRATION. SDVOSB and VOSB socio-economic eligible category concerns SHALL also have an active/current registration with the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) certifying a current SDVOSB status AT TIME OF AWARD. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 p.m. (Eastern) on April 19, 2021. Responses to this announcement will result in a Firm Fixed Price contract. 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. Quoters are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Questions: All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than April 14, 2021 @ 4:00 p.m. (Eastern). Solicitation email inquiries must contain the Solicitation #, Cemetery Name and Service Type in the email Subject line. All questions should be consolidated and sent via email to tene.becknell@va.gov. Telephone inquiries will not be accepted. Questions will not be addressed after the designated Questions period deadline has expired. To maintain procurement integrity compliance, please do not contact the Chattanooga National Cemetery or Southeast District personnel directly with any questions pertaining to this Solicitation. All questions must be forwarded to the Contracting Officer before the designated Questions deadline date. QUOTATION PREPARATION INSTRUCTIONS: Quotation Format and Submission Information: Quotations must be submitted on company letterhead. Commercial format is encouraged. All Quotation documents must be submitted in four (4) SEPARATE volumes and in Adobe Acrobat (.pdf) format with the Solicitation #, Cemetery Name and Service Type in the email Subject line. No MS Word documents please unless specifically requested. Quotations and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following email address: tene.becknell@va.gov by the designated deadline date/time. The Quoter, not the Contracting Officer, shall be responsible for ensuring that a complete proposal and all Volumes have been received by the Contracting Officer by the designated Solicitation deadline date. Quotation packages that do not contain all the above materials will be rejected as non-responsive. All Quoters shall include the following information as part of their Quotation in the following four (4) VOLUMES: Company Information (VOLUME A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address (No PO Boxes) DUNS Number Company Point of Contact Name & Title Telephone number Email Address Company Capabilities Statement Proof of current System for Award Management (SAM) account For SDVOSB and VOSB concerns, proof of active/current Vendor Information Pages (VIP) certification (CVE letter is acceptable). One (1) signed copy all Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable) One (1) copy of Completed FAR Provision 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representations and certifications electronically at www.sam.gov (copy of current SAM status) Technical Proposal (VOLUME B) The following information shall be included in Volume B: One (1) copy of Technical Proposal. The following shall also be included as part of the Quoter s technical submission: Company relevant experience descriptions. Managerial & Technical Qualifications of key personnel (services only) Identification of all Subcontractors anticipated to perform work under this contract and approximate percentage of work subcontractors will perform. Relevant work qualifications of proposed sub-contractors. Employee resumes, CV s, additional experience related information, etc., Limitations on Subcontracting plan of compliance (IAW Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10). Past Performance (VOLUME C) The following information shall be included in Volume C: Past Performance Questionnaire (Attachment C) from at least three (3) past performance or current references pertaining to related to Security Patrol/Security services work performed. Quoters must have references forward all completed Questionnaires to the Contracting Officer by the Combined Synopsis Solicitation deadline date/time (April 19, 2021). Quotation packages that do not contain all the above materials will be rejected as non-responsive. Pricing (VOLUME D) The following information shall be included in Volume D: Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment B). One (1) copy of Price Offer/Quote for all items in the schedule this should be a separate document in .pdf format**. Pricing shall be submitted in the Price/Cost Schedule of Supplies/Services CLINs format only as outlined in Attachment B. Quotation packages that do not contain all the above materials will be rejected as non-responsive. **NOTE: Attachment B may be provided in MS Word format for ease of Quoter completion. Finalized proposed quote costs submitted in Volume D of your proposal, must be in .pdf format. Evaluation Process: The Government will award a contract resulting from this solicitation to the responsible Quoter whose Quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Quotes based on (LPTA) Lowest Priced Technically Acceptable. All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The Quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Quoter whose price for items are lowest among all quotes that were deemed to be technically acceptable. Quotations that fail to meet the technical requirements of the solicitation will be deemed non-responsive and thus, ineligible for award. Quotes will be evaluated based on the following factors listed as shown below: 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 Quoter s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Quotes, if deemed necessary by Quoter to supplement the descriptive literature) will be evaluated to determine whether the quoted items meet all of the technical requirements (described above) 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. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis. The Government will evaluate Quotes by adding the total of all line item prices. 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:Duns & Bradstreet, PPIRS, EPLS, VetBiz (VIP) and SBA. 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 Quoters Commercial Items (MAR 2020) FAR 52.212-2 Evaluation Commercial Items (OCT 2014) FAR 52.212-3* Offeror Representations and Certifications-Commercial Items (MAR 2020) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors (Oct 2019) VAAR 852.215-71 Evaluation Factor Commitments (Oct 2019) *Quoters must complete annual representations and certifications on-line at www.sam.gov in accordance with FAR 52.212-3 Quoters 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 (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.216-27 Single or Multiple Awards (Oct 1995) FAR 52.217-8 Option to Extend Services (Nov 1999) (30 days) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (30 days) (shall not exceed 5 years and 6 months) FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) FAR 52.246-2 Inspection of Supplies-Fixed-Price (Aug 1996) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (NOV 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018) VAAR 852.219-76 Subcontracting Plans 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 (Oct 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).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e620d072092743fc94b427205de2bf6a/view)
 
Place of Performance
Address: Chattanooga National Cemetery 1200 Bailey Avenue Chattanooga, TN 37404 37404, USA
Zip Code: 37404
Country: USA
 
Record
SN05960577-F 20210403/210401230118 (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 |
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.