DOCUMENT
99 -- Purchase of Granulated Rubber and Gum Rubber Curtain For Indoor Firing Range - Attachment
- Notice Date
- 4/4/2018
- Notice Type
- Attachment
- NAICS
- 326299
— All Other Rubber Product Manufacturing
- Contracting Office
- Strategic Acquisition Center - Frederick;Department of Veterans Affairs;321 Ballenger Center Drive, Suite 125;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- 36C10X18Q0129
- Response Due
- 4/11/2018
- Archive Date
- 4/21/2018
- Point of Contact
- Jacky Jean-Jacques (Jacky.Jean-Jacques@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Page 3 of 11 DESCRIPTION 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. Solicitation Number: 36C10X18Q0129. This solicitation is issued as a request for quotation (RFQ) using simplified and commercial item procedures identified in FAR Parts 13 and 12 (Acquisition of Commercial Items). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 2005-95 effective January 19, 2017 and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This requirement is a total (100%) set-aside for Small Businesses (SB). To be eligible to quote, vendors must be small under the applicable NAICS code 326299 (All Other Rubber Product Manufacturing) (size standard of 500 Employees) as determinable through the Offeror s SAM record. Contractor shall deliver the following through a base and two option years (if exercised). STATEMENT OF NEED: REQUIREMENTS: Gum Rubber Curtain 156L X 48 W x 1/8 for bullet trap and Granular Rubber. These Items are to be used for replacement when the firing range is mined. Bi-annual Shipments Base + 2 one year options. Description Part no. Quantity Grantex, 7/8 Granulated Rubber Recycled chopped rubber devoid of steel and other fibers Treated with fire retardant substance Derived from recycled automobile and truck tires 41,000lbs Gum Rubber Curtain Natural, Blk, 1/8 x 48 x 156 Durometer Range 200-100 Tensile Range (P.S.I.) 500-3500 Compression Set Excellent Resilience-Rebound Excellent Abrasion Resistance Excellent Tear Resistance Excellent Solvent Resistance Poor Oil Resistance Poor Low Temperature Usage -20 to -60 High Temperature Usage Up to 175 degrees Aging Weather-Sunlight Poor Adhesion to Metals Excellent ASTM D2000 Classification AA Military (MIL-STD 417) RN Chemical Definition Polyisoprene 96 Delivery Schedule 6/01/18 26000 lbs of Granular Rubber 16 Rubber Curtains 10/1/18 3000 lbs of Granular Rubber 16 Rubber Curtains 6/1/19 3000 lbs of Granular Rubber 16 Rubber Curtains 10/1/19 3000 lbs of Granular Rubber 16 Rubber Curtains 6/1/20 3000 lbs of Granular Rubber 16 Rubber Curtains 10/1/20 3000 lbs of Granular Rubber 16 Rubber Curtains SCHEDULE FOR DELIVERABLES Inspection: Destination Acceptance: Destination Free on Board (FOB): Origin Ship To and Mark For: Primary: Name: VA Law Enforcement Training Center Address: 2200 Fort Roots Drive, Bldg 104 North Little Rock, AR 72114 Attn: TBD Alternate: Name: VA Law Enforcement Training Center Address: 2200 Fort Roots Drive, Bldg 104 North Little Rock, AR 72114 Attn: TBD Dates and place of delivery and acceptance: See STATEMENT OF NEED for performance period and delivery location details. The provision at 52.212-1, Instructions to Offerors -- Commercial Items applies to this acquisition. Addenda to the provision are as follows: INSTRUCTIONS TO OFFERORS Submission of quote: Submit your company s quote via email to the Contract Specialist (Jacky.Jean-Jacques@va.gov) and Contracting Officer (Kevin.Armillotti@va.gov) prior to the deadline below. You may submit more than one quote. If you do, the Government will evaluate each separately. Submission deadline: The Government must receive your quote via email by 3:00PM EDT on April 11, 2018. The Government will not consider any quote that it receives after the deadline unless it receives it before issuing an order and considering it will not delay the purchase. The Government email system will not accept file sizes that exceed 5MB. It is the contractor s responsibility to submit all parts of its quote no later than the date and time specified in the RFQ. In case of an emergency that delays operations and makes submission or receipt of your quote impossible, the Government will extend the deadline by one working day. Questions: Submit any questions electronically to the email addresses above on or before 12:00PM ET on April 06, 2018. Questions submitted after this date and time will not receive a response. Terms and content of your quote: Your quote must be based on the terms of this RFQ. The Government may reject any quote that is not based on these terms in every respect. Offerors are hereby advised that any offeror-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the solicitation, may render the offeror s quote unacceptable, and thus ineligible for award. Your quote must contain all of the information described below. The Contracting Officer intends to issue a contract to the responsible offeror with the lowest price technically acceptable quote. Any award resulting from this solicitation will be issued on a Standard Form 1449. Information to be submitted: Place the following information on the first (non-cover)page of your quote: (1) RFQ number36C10X18Q0129; (2) Your company name, address, DUNS number and telephone number; (3) Your fixed CLIN prices (and any discount terms) by completing unit and total price, and identification of ammunition quoted for Brand Name or Equal CLINs of the following (must price all CLINs for Base and Options): (4) Acknowledgement of any amendments to this RFQ; and (5) A statement that you assent to all terms of this RFQ. (6) price/Cost Schedule: CLIN# Description/Part Number* Qty. Unit Unit Price Total Price 0001 Delivery date: 6/1/2018 Grantex 7/8" Granular Rubber 26000 LB $__ $__ Gum Rubber Natural Black 1/8X48X15 16 EA $__ $__ Freight 1 LOT $__ $__ 0002 Delivery date: 10/1/2018 Grantex 7/8" Granular Rubber 3000 LB $__ $__ Gum Rubber Natural Black 1/8X48X15 16 EA $__ $__ Freight 1 LOT $__ $__ TOTAL BASE PERIOD $__ OPTION PERIOD ONE CLIN# Description/Part Number* Qty. Unit Unit Price Total Price 1001 Delivery date: 6/1/2019 Grantex 7/8" Granular Rubber 3000 LB $__ $__ Gum Rubber Natural Black 1/8X48X15 16 EA $__ $__ Freight 1 LOT $__ $__ 1002 Delivery date: 10/1/2019 Grantex 7/8" Granular Rubber 3000 LB $__ $__ Gum Rubber Natural Black 1/8X48X15 16 EA $__ $__ Freight 1 LOT $__ $__ TOTAL OPTION PERIOD ONE $__ OPTION PERIOD TWO CLIN# Description/Part Number* Qty. Unit Unit Price Total Price 2001 Delivery date: 6/1/2020 Grantex 7/8" Granular Rubber 3000 LB $__ $__ Gum Rubber Natural Black 1/8X48X15 16 EA $__ $__ Freight 1 LOT $__ $__ 2002 Delivery date: 10/1/2020 Grantex 7/8" Granular Rubber 3000 LB $__ $__ Gum Rubber Natural Black 1/8X48X15 16 EA $__ $__ Freight 1 LOT $__ $__ TOTAL OPTION PERIOD TWO $__ GRAND TOTAL $__ Beginning on the next page of your quote, provide the following information: System for Award Management (SAM): You must be registered in SAM at time of quote submission and must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. DUNS Number (Data Universal Numbering System Number): Place the annotation DUNS or DUNS+4 next to your name and address on the first page of your quote as required above. If you do not have a DUNS number, contact Dun and Bradstreet to obtain one. If you are located within the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are located outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. Tell Dun and Bradstreet that you are an offeror for a Government contract when contacting the local Dun and Bradstreet office. The DUNS+4 is the DUNS number plus a 4-character suffix that you may use at your discretion to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for your company. Additional Provision(s): The following additional Provisions are incorporated by reference: VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS REPRESENTATION (JAN 2017) 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (DEVIATION) (FEB 2015) 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) 52.225-18 PLACE OF MANUFACTURE (MAR 2015) SERVICE OF PROTEST (SEP 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.273-74 AWARD WITHOUT EXCHANGES (JAN 2003) ***********************END OF ADDENDA TO 52.212-1 ********************** The evaluation will be conducted using the procedures in FAR 13.106-2 and the provision at FAR 52.212-2. The provision at 52.212-2, Evaluation -- Commercial Items applies to this RFQ. Paragraph (a) of this provision is as follows: The Government intends to award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government. The Government has determined that best value will be achieved by using a Lowest Priced Technically Acceptable approach to determine best value. The following factors shall be used to evaluate quotes: A. Product Acceptability; B. Price **********************END OF 52.212-2, Paragraph (a) ********************* Additional evaluation information: Product acceptability- Government will review the proposed product to determine whether or not it meets the Statement of Need requirements. Price- Price will not be evaluated adjectivally or assigned a score. Price will be evaluated to determine whether it is fair and reasonable. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. The Government expects that price reasonableness will be established through adequate price competition, but it may also determine price reasonableness through price analysis techniques as described in FAR 13.106-3. The process of selection will be the following: the Government will evaluate all price quotes first to determine completeness with regard to Price (price quotes shall address all option years). After determination of completeness with regard to Price, the Government will rank the quotes from lowest to highest price. Once the price quotes are ranked, the Government will evaluate the lowest price Offeror s proposed product acceptability. If that Offeror is determined to be Acceptable, the Government will select that Offeror as the awardee. If the lowest price Offeror is determined to be unacceptable, the Government will evaluate the next lowest price Offeror and will continue this process until the LPTA quote from a responsible vendor is identified. Although Past Performance is not evaluated as a separate evaluation element, the Government will consider past performance when performing its responsibility determination of the apparent awardee. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote if it does not wish to have the Government rely on its Representations and Certifications in SAM. If submitting Reps and Certs, Offerors should submit a separate volume from the information requested above. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Addenda to the clause are as follows: Paragraph 52.212-4(g) is supplemented with the following Order Administration Data (fill-ins to be completed at time of award): ***ORDER ADMINISTRATION DATA*** (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: __________________ __________________ __________________ DUNS: ____________ TIN: ______________ CAGE: ____________ b. GOVERNMENT: Contracting Officer 36C10X Strategic Acquisition Center - Frederick Department of Veterans Affairs 321 Ballenger Center Drive, Suite 125 Frederick MD 21703 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [ ] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [ ] c. Other [ X ] Upon delivery and acceptance by the COR 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. 5. INVOICING INSTRUCTIONS *** The IFCAP Purchase Order number: [TBD] MUST be included on all invoices. *** The Contract/Order number: [] MUST be included on all invoices. ****************************************************************************** TUNGSTEN (fka OB10) ELECTRONIC INVOICE SUBMISSION FSC e-INVOICE PROGRAM THRU AUSTIN PORTAL FSC MANDATORY ELECTRONIC INVOICE SUBMISSION FOR AUSTIN PAYMENTS Contractor POC: ___________________________ Contracting POC: ___________________________ COR (Contracting Officers Representative): ____________________________ Vendor Electronic Invoice Submission Methods: Fax, email and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted data transmissions below. VA s Electronic Invoice Presentment and Payment System The Financial Services Center (FSC) in Austin, TX uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site is http://www.x12.org. Vendor e-invoice Set-up information: Please contact Tungsten at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center in Austin, TX for payment processing. If you have questions about the payment status of a properly submitted invoice, the e-invoicing program, or Tungsten, please contact the FSC at the phone number or email address listed below. Tungsten e-Invoice setup information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@tungsten-network.com VA TUNGSTEN Number: AAA544240062 FSC e-Invoice contact information: 1-877-353-9791 FSC e-Invoice email: vafsccshd@va.gov http://www.fsc.va.gov/einvoice.asp COMMUNICATIONS: https://www.federalregister.gov/articles/2012/11/27/2012-28612/va-acquisition-regulation-electronic-submission-of-payment-requests http://fcw.com/articles/2012/11/27/va-epayments.aspx?s=fcwdaily 6. A. SUBCONTRACTING COMMITMENTS - MONITORING AND COMPLIANCE: The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an 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's compliance with the limitations on subcontracting or percentage of work performance requirement. ***********************END OF ADDENDA TO 52.212-4 ********************** The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.217-9 Option to Extend the Term of the Contract (Mach 2000) 52.217-8 Option to Extend services (Nov. 1999) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) The following additional Clauses are incorporated by reference: 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (JAN 2017) 52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.232-72 Electronic submission of payment requests (NOV 2012) Note: For the following clauses (52.217-9 Option to Extend the Term of the Contract (Mach 2000) and 52.217-8 Option to Extend services (Nov. 1999),the Contracting Officer may exercise the option by written notice to the Contractor within 7 days of the contract expiration. Additional contract requirement(s) or terms and conditions: None Quotes are due prior to 12:00PM ET on April 10, 2018. For information regarding the solicitation, please contact Mr. Jacky Jean-Jacques at Jacky.Jean-Jacques@va.gov or via phone at (240) 215-1652 or Mr. Kevin Armillotti at Kevin. Armillotti@va.gov or via phone at (240) 215-1623.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/36C10X18Q0129/listing.html)
- Document(s)
- Attachment
- File Name: 36C10X18Q0129 36C10X18Q0129.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4203469&FileName=36C10X18Q0129-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4203469&FileName=36C10X18Q0129-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10X18Q0129 36C10X18Q0129.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4203469&FileName=36C10X18Q0129-000.docx)
- Record
- SN04877835-W 20180406/180404231050-67428ad09107df422095d500c66420a0 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |