Wisconsin Bids > Bid Detail

6810--FY24 Road Salt Milwaukee VA

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159066986497722
Posted Date: Sep 11, 2023
Due Date: Sep 18, 2023
Solicitation No: 36C25223Q0967
Source: https://sam.gov/opp/a430ad25ad...
Follow
6810--FY24 Road Salt Milwaukee VA
Active
Contract Opportunity
Notice ID
36C25223Q0967
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 11, 2023 01:06 pm CDT
  • Original Date Offers Due: Sep 18, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6810 - CHEMICALS
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    Clement J Zablocki VAMC Department of Veterans Affairs Milwaukee , WI 53295-1000
    USA
Description
Effective Date: 02/01/2022
Page 14 of 14
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; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (effective 10/28/2022).

This solicitation is set-aside for Small Businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 325998, All Other Miscellaneous Chemical Product and Preparation Manufacturing, with a small business size standard of 650 employees. The FSC/PSC is 6810, Chemicals.

REQUIREMENT

The Clement J Zablocki VA Medical Center (VAMC), Facilities Management Services, located at 5000 W National Avenue, Milwaukee, WI 53295-1000 is seeking to purchase 500 Tons Bulk Road Salt (BRAND NAME OR EQUAL).

The Government intends to award a firm fixed-price purchase order to the quoter offering the lowest prices technically acceptable quote. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.

All interested contractors shall provide quotations for the following:

Line Item
Description
Part Number
Qty
Total Price
1
Bulk Road Salt

500

Total Cost
STATEMENT OF WORK

GENERAL DESCRIPTION OF SUPPLY ITEM

Contractor shall provide the road salt for the Clement J. Zablocki VA Medical Center, 5000 W. National Avenue, Milwaukee WI 53295. Vendor must call 414-384-2000, ext. 41061, and speak to Cherie Ladwig to schedule date and time of deliveries. Contractor shall deliver a total of 500 Tons of Road Salt in two deliveries. The first delivery Not Later Than (NLT) 01/15/2024, and the second delivery NLT 2/28/2024.
SALIENT CHARACTERICS:
A. Road salt shall be free of sand, stone, fillers, debris, and must not be water saturated, frozen, or clumped. Upon inspection, if road salt is found to be contaminated with any kind of debris, the shipment/delivery will be halted.

B. Road salt material effectiveness/composition cannot be altered by moisture.

C. Weight tickets shall be provided upon delivery. Loads of salt will not be accepted unless a delivery ticket is provided upon arrival.

D. Delivery requires use of a truck with open trailer to unload salt (dump truck).

E. The government reserves the right to change the storage location and/or the amount of salt delivered.

F. The contractor is responsible for immediately cleaning up any spills, debris, etc., which may occur during delivery.

G. Safety Data Sheets (SDS) shall be provided.

H. Contractor shall be able to deliver within 48 hours after call-in request. No limit on the amount delivered.

I. No plain rock salt. No liquid deicer. Must be no more than 12 millimeters (mm).

J. Must be effective at -20 to -25 degrees Fahrenheit.

Delivery Schedule:

Ship to: Clement J. Zablocki VAMC
5000 W. National Ave.
Milwaukee, WI 53295

Coordinate with VAMC POC.

PRODUCT MODIFICATION, REMOVAL, OR RECALL:

If any product awarded under this contract requires modification, is removed, or recalled by the Contractor or manufacturer, or if any required modification, removal, or recall is suggested or mandated by a regulatory or official agency, the following steps will immediately be taken by the Contractor or manufacturer:

Notify the Contracting Officer, in writing, by the most expeditious manner possible. Provide two copies of the notification which shall include, but not be limited to the following:

1. Complete item description and/or identification, order numbers from customers and the contract number assigned.

2. Reasons for modifications, removal, or recall

3. Necessary instructions for return for credit

Provide the above information to all agencies and VA Facilities who purchased the product. The Contracting Officer shall be provided a copy of the notification in b. above, and a list of all agencies and/or VA facilities notified.

Contractor shall be responsible for any costs associated with the above.
HOURS OF OPERATION:

Normal hours of operation are Monday through Friday from 7:00 am to 3:30 pm, excluding holidays.

Federal and National Holidays observed by the VAMC are:

National Holidays
Federal Holidays
New Year's Day
Labor Day
Independence Day
Memorial Day
Thanksgiving Day
Christmas Day
M L King's Birthday
Columbus Day
President's Day
Veterans Day
Juneteenth
4th of July Independence Day

Also included would be any other day specifically declared by the President of the United States to be a National Holiday.

When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday.
SECURITY REQUIREMENTS

The Contractor s employees shall wear visible identification and company uniforms, approved by the POC.

DELIVERY CHECK-IN REQUIREMENTS

The Contractor shall report to the VAMC POC. Upon completion of each service visit, the Contractor shall provide a weight ticket.

VA Contact Person(s):
POC: Cherie Ladwig 414-384-2000 ext.# 41061

Telephone Number & Extension:

ALT POC: Aga Kuck 414-384-2000 ext.# 41062

Contractor Provide telephone number(s) to call for your service:
Provide name(s) of authorized contact person(s)

GENERAL INFORMATION

Smoking not be permitted anywhere on campus by contractor personnel nor by VAMC employees. Upon request, a copy of hospital smoking policy will be supplied. Violation of the VAMC Milwaukee smoking policy may result a person to be removed immediately from the campus grounds and from providing the service and/or goods. 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 Products and Commercial Services (NOV 2021)
Refer to Attachment 1 ADDENDUM to FAR 52.212-1
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.211-6, Brand Name or Equal (AUG 1999)
FAR 52.214-21, Descriptive Literature (APR 2002)
FAR 52.225-2, Buy American Certificate (OCT 2022)
End of Addendum to 52.212-1
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)
Addendum to FAR 52.212-4
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.227-19, Commercial Computer Software-Restricted Rights (DEC 2007)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020)
VAAR 852.211-72, Technical Industry Standards (NOV 2018)
VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
VAAR 852.203-70, Commercial Advertising
VAAR 852.211-70, Equipment Operations and Maintenance Manuals
VAAR 852.232-72, Electronic Submission of Payment Requests
VAAR 852.246-71, Rejected Goods
VAAR 852.270-1, Representatives of Contracting Officers
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.247-71, Delivery Location (OCT 2018)
VAAR 852.247-72, Marking Deliverables (OCT 2018)
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (OCT 2022) (JUL 2021) (DEVIATION)
Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.

All quoters shall submit the following:

Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services
Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller
Completed Buy American Certificate found at FAR 52.225-2, Buy American Certificate
Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

All quotes shall be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov.

The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Award will be based upon lowest priced technically acceptable quote in accordance with the Simplified Acquisition Procedures of FAR 13. Responses should contain your best terms, conditions.

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:"

Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 5:00pm on September 18, 2023. Responses should be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov. Hand delivered responses will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact
Erica Grimslid
Contracting Officer
Network Contracting Office 12
Erica.Grimslid@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 11, 2023 01:06 pm CDTCombined Synopsis/Solicitation (Original)

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 >