Connecticut Bids > Bid Detail

9620--Bulk Magic Salt

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 96 - Ores, Minerals, and Their Primary Products
Opps ID: NBD00159934854947071
Posted Date: Feb 10, 2023
Due Date: Feb 13, 2023
Solicitation No: 36C24123Q0317
Source: https://sam.gov/opp/5611008806...
Follow
9620--Bulk Magic Salt
Active
Contract Opportunity
Notice ID
36C24123Q0317
Related Notice
36C24123Q0317
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 10, 2023 06:52 am EST
  • Original Date Offers Due: Feb 13, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9620 - MINERALS, NATURAL AND SYNTHETIC
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    West Haven VAMC , CT 06516
    USA
Description
Combined Synopsis Solicitation West Haven Magic Salt
(i) 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; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24123Q0317 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 2023-01.
(iv) This requirement is being issued as a small business set-aside. The associated NAICS code is 325998 Miscellaneous Chemical Products and small business size standard is 500 Employees.
(v) The Government intends to award a firm-fixed price award for a Magic Salt at the West Haven and Newington Connecticut 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 to provide Magic Salt IAW the attached Statement of Work Please see the attached SOW for full requirement details.
(vii) The Place of Performance is West Haven, Connecticut as described per the Statement of Work.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders May 2022

The following subparagraphs of FAR 52.212-5 are applicable:
52.219-6, 52.219-28, 52.219-32, 52.219-6, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33

GRAY MARKET ITEMS (APR 2020)

(a) No gray market or remanufactured items will be acceptable. 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 equipment only for VA medical facilities.

(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

(End of clause)

Site Visit:
There will be no site visit.
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 Contract Specialist, Tnauri.Woodbridge@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 13- Feb- 2023 at 10:00 AM 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:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 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 Statement of Work. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work.
If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort
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.
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(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 13 Feb 2023 by 5:00 PM EST. RFQ responses must be submitted via email to: Tnauri.Woodbridge@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov.




ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Magic Salt
324
Yd
__________________
__________________


GRAND TOTAL
__________________





ATTACHMENT 2
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
ATTACHMENT 3
Statement of Work
VA Connecticut is looking to purchase 324 yards of Magic Salt for fast melting of ice and snow throughout the roads and grounds of its West Haven Campus. Magic Salt is a product that melts at temperatures as low as -25 degrees Fahrenheit. The product is a solid granular deicer that can burn off up to 2 inches of snow with no plowing. It is a product that is less corrosive, biodegradable and environmentally friendly. VA Connecticut is looking to have the product delivered on a set schedule as listed below.
Delivery Schedule
February 13, 2023 36 yards
February 20, 2023 36 yards
February 27, 2023 36 yards
March 6, 2023 36 yards
March 13, 2023 36 yards
March 20, 2023 36 yards
March 27, 2023 36 yards
April 3, 2023 36 yards
April 10, 2023 36 yards
The product should be delivered to VA Connecticut s sand and salt shed (sand pit), which is located directly across from buildings 35A and 36. Prior to each delivery, the vendor is to contact the Grounds Supervisor..
Records Management
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >