Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOLICITATION NOTICE

65 -- Supply, Emergency - Diesel Fuel, Columbus

Notice Date
11/9/2022 11:20:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332410 — Power Boiler and Heat Exchanger Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023Q0109
 
Response Due
11/16/2022 1:00:00 PM
 
Archive Date
11/26/2022
 
Point of Contact
Tanesha Reese, Contract Specialist, Phone: 216-447-8300, Fax: NA
 
E-Mail Address
Tanesha.Reese@va.gov
(Tanesha.Reese@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Awardee
null
 
Description
Combined synopsis solicitation Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; proposals are being requested, and a written solicitation document will not be issued. The solicitation number is 36C25023Q0109 and is issued as a request for quotation (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08, effective September 26, 2022. This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and only qualified Offerors may submit bids. The associated North American Industrial Classification System (NAICS) code for this procurement is 336310, Motor Vehicle Gasoline Engine and Engine Parts Manufacturing with a small business size standard of 1000 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE when submitting their offer AND if the item is on an FSS/GSA schedule awarded to the Offeror include the schedule information on your offer. Specific Tasks The Columbus VA Medical Center, Chalmers P. Wylie VA Ambulatory Care, 420 North James Road Columbus, OH 43219-1834 is seeking to purchase 10,000 gallons of #2 dyed diesel fuel ultra-low sulfur 15 ppm. This combined synopsis/solicitation requires the exact item, no alternatives will be accepted. All SDVOSB businesses interested shall provide a quote for the following: Item # Manufacturer/Description/Part/Model Number* Qty Price 1 #2 Dyed Diesel Fuel 10,000 Gallons The 10,000 gallons of #2 Dyed Diesel Fuel is to be delivered within a few days after contract award. The fuel tanks are under ground. NO third-party distributors allowed; vendors must be able to delivery directly to tanks. The facility point of contact must be notified at least 48 hours prior of delivery. Shipment of fuel must be delivered within 30 calendar days or less from date of award. Place of Performance Department of Veterans Affairs Chalmers P. Wylie VA Ambulatory Care 420 North James Road Columbus OH 43219-1834 The supplies shall be delivered to the warehouse. The warehouse does have a loading dock. 4. Hours of Operation The Contractor shall perform all work during regular working hours. Regular working hours are 8:00am to 5:00pm, Monday through Friday excluding Federal Holidays. The Veterans Affairs (VA) recognizes the following holidays: New Year's Day I January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December Any other day specifically designated as a holiday by the President of the United States. If a holiday falls on a Saturday, the preceding Friday is recognized as the holiday; if the holiday falls on Sunday, the following Monday is recognized as the holiday. 5. Period of Performance Final inspection and acceptance of all deliverables shall be performed at the Columbus VAMC. The Period of Performance shall be 30 Days ARO and FOB Destination. 6. Applicable Provisions and Clauses The following solicitation provisions apply to this acquisition: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, 52.212-4; Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.203-3; 52.203-6 (Alt 1); 52.204-4; 52.209-6; 52.209-9; 52.216-18 (a) replace the last sentence with: Such orders may be issued from date of award through date of last date.; 52.216-19 insert the following: (a)10,000 galloons 2 Dyed Diesel Fuel ; 52.216-22 insert the following: (d) last date of period of performance indicated in contract.; 52.217-8 insert the following: 30 days, 52.217-9 insert the following: (a) 30 and 60, (c) one year; 52.219-8; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-5; 52.225-13; 52.232-33; 52.232-36; 52.242-13; 52.252-2 insert: https://www.acquisition.gov/Far/loadmainre.html; 52.252-6; 852.203-70; 852.203-71; 852.215-71; 852.219-9; 852.219-71; 852.232-72; 852.246-70; 852.246-71. The following provisions apply to this acquisition: 52.211-6; 52.212-1, Instructions to Offerors-Commercial; 52.216-1; 52.225-18; 52.233-2; 852.211-73; 852.215-70; 852.233-70; 852.233-71; 852.233-71 (note); 852.252-70; 852.270-1; 52.225-25; 52.212-2; and 52.212-3. This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB/VOSB) synopsis/solicitation for #2 Dyed Diesel Fuel. 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: (Contractor shall list exception(s) and rationale for the exception(s)). 7. Procedure for submitting documents to the Department of Veterans Affairs DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. Tanesha.reese@va.gov 8. Submission of Offer All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. F.O.B. shall be destination. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs or VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs and VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award 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. Quotes shall be sent by e-mail only to Tanesha.reese@va.gov no later than 4:00 pm ET, November 16, 2022, Telephone inquiries will not be accepted. 9. Evaluation of offer. This is a competitive Request for Quotes (RFQ) that will be evaluated under FAR Parts 12 and 13. The Government will issue a Firm Fixed Price, purchase order, resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Price Technical (capability of offeror to meet the Government s needs) Delivery The evaluation will be rated on capabilities information submitted and specifications within the combined synopsis. An Offeror s initial offer should contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Columbus VAMC personnel to discuss this RFQ during the solicitation and evaluation process.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dca67b205dca4f05aff8e59be4a89ede/view)
 
Place of Performance
Address: Department of Veterans Affairs Chalmers P. Wylie VA Ambulatory Care 420 North James Road, Columbus, OH 43219, USA
Zip Code: 43219
Country: USA
 
Record
SN06514104-F 20221111/221109230114 (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.