Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
MODIFICATION

91 -- Refill Oil Fuel Tank | Sources Sought 9/5-9/11

Notice Date
9/21/2023 8:43:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q1095
 
Response Due
9/25/2023 9:00:00 AM
 
Archive Date
11/24/2023
 
Point of Contact
Kenya Mitchell, Contract Specialist, Phone: 781-687-2000
 
E-Mail Address
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
 
Awardee
null
 
Description
Combined Synopsis Solicitation White River Junction VAMC Refill Oil Fuel Tanks (i) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24123Q1095_1 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. (iv) This requirement is being issued as an open market, Full & Open Opportunity. The associated NAICS code is 424720 - Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals) a small business size standard of 200 employees. (v) The Government intends to award a firm-fixed price award for Oil Fuel Tanks Refilling services at the White River Junction VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary for Oil Fuel Tanks Refilling services IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details. (vii) The Place of Performance is White River Junction VAMC as described per the PWS. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUN 2020); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (DEC 2022) Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Friday, September 22, 2023, at 2:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Price (Follow these instructions): Offeror shall complete Price Schedule (Page 6), with offerors proposed contract line-item prices inserted in appropriate spaces.  Past Performance: Offeror shall utilize Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the PWS. References may be checked by the Contracting Officer to ensure your company is capable of performing the work IAW the PWS. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021), 852.203-70 Commercial Advertising (MAY 2018), 852.219-73 VA Notice to Total Set-Aside for Certified Veterans-Owned Small Business (JAN 2023), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020) (xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due Monday, September 25, 2023, by 12:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov & Josh Davis at Joshua.Davis5@va.gov. Hand deliveries shall not be accepted. (xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Refill Oil Fuel Tank #1 Contract Period: Base 1.00 JOB __________ _________ 0002 Refill Oil Fuel Tank #2 Contract Period: Base 1.00 JOB __________ _________ 0003 Refill Oil Fuel Tank #3 Contract Period: Base 1.00 JOB __________ _________ 0004 Refill Oil Fuel Tank #4 Contract Period: Base 1.00 JOB __________ _________ Total PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: PERFORMANCE WORK STATEMENT DEPARTMENT OF VETERANS AFFAIRS Refill Oil Fuel Tanks Place of Performance: White River Junction VA MEDICAL CENTER 163 Veterans Drive White River Junction, VT 05001 Statement of Work Refill Fuel Oil Tanks BACKGROUND: The White River Junction VA Medical Center needs to have several fuel tanks for use by our boiler plant filled. STATEMENT OF WORK: Provide services to accomplish the following tasks, assuring compliance with all OSHA, VA, and equipment manufacturers guidelines/specifications. Ultra-low Sulphur content fuel oil must be used. Provide all labor, equipment and material to complete the following: Fill fuel tank #1 with approximately 8500 gallons of oil. Fill fuel tank #2 with approximately 8500 gallons of oil. Fill fuel tank #3 with approximately 8500 gallons of oil. Fill fuel tank #4 with approximately 8500 gallons of oil. Provide fuel quality test results to the Contracting Officer Representative (COR). OTHER CONSIDERATIONS FOR PROPOSAL This work takes place in a functioning hospital, surrounded by staff and patients. Materials and equipment will be brought in and construction materials/debris shall be properly contained to comply with regulations and standard Infection Control practices. All workers are required to sign in and out at Building 37 every workday. Those without a permanent badge will log and wear a temporary badge, returned each day. Perform work in compliance all applicable state, federal regulations and VA Specifications including but not limited to: 01 00 00 - General Requirements VA Specifications: http://www.cfm.va.gov/til Specification 02 82 13 VHA Directive 2008-001 VA Handbook 0730/2 http://www.cfm.va.gov/TIL/cpro/cpTop14.pdf Additionally, the following must be submitted and approved by the VA before the contractor begins work on site: Work plan that was submitted to State and copy of application and permit Activity Hazard Analysis (AHA). A blank AHA form is available at http://www.swf.usace.army.mil/pubdata/safety/PDF/blank_AHA_Form.pdf. Infection Control Plan Schedule Material Safety Data Sheets (MSDS) for any hazardous materials to be brought on site. Shop Drawings Construction Submittals The provisions of all applicable NFPA, OSHA, EPA, and VA codes, Federal, State, and local regulations shall be followed throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at www.va.gov/facmgt.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef0258ff1a6c4741a15682844b224f96/view)
 
Place of Performance
Address: White River Junction VAMC 163 Veterans Drive, White River Junction 05001
Zip Code: 05001
 
Record
SN06840276-F 20230923/230921230527 (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.