DOCUMENT
99 -- * High Profile* 562-19-1-5137-0001 | Bulk Road Salt | EDA: TBD by Branch Chief | Current Milestone: TBD| Status: - Attachment
- Notice Date
- 10/1/2018
- Notice Type
- Attachment
- NAICS
- 488490
— Other Support Activities for Road Transportation
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- 36C24419Q0018
- Response Due
- 10/3/2018
- Archive Date
- 10/8/2018
- Point of Contact
- Nicholas D Snyder
- E-Mail Address
-
Nicholas.Snyder2@va.gov
(Nicholas.Snyder2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The Veterans Health Administration (VHA) has a need for: The ERIE VA Medical Center has a need for a Road Salt. This is neither a solicitation nor a promise of future, the government is seeking all interested vendors; and specifically, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) in accordance with Vets First and the Rule of 2 (Kingdomware decision). If interested, please provide: All SDVOSB and VOSB firms that respond shall include proof of CVE certification via www.vip.vetbiz.gov. All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes, and shall include a capability statement with your submission. Please reply with the following: The veteran business must be registered in SAM and certified in VETBIZ (VIP). The small businesses must be registered in SAM. All Vendors interested in, and with the capability and capacity to fulfill this requirement, are required to furnish the following minimum information in reply to this source sought: Company Name,, address, Government Business Point of Contact, telephone number and email address. Company DUNS number, CAGE Code, and Tax ID numbers. Identify any current Federal Supply Schedule, GSA Contracts held, if none then state that no FSS/GSA schedules are held. Responses shall be submitted electronically, via email to Nicholas Snyder Nicholas.snyder2@va.gov due no later Friday 10/01/2018 at 1:00 pm. PROJECT SCOPE GENERAL: The contractor shall procure and deliver bulk road rock salt to the EVAMC Grounds Garage or other on site location when notified via email or phone. The purpose is to melt snow and ice from asphalt and concrete lots and drives. SPECIFICS: Contractor shall deliver bulk road rock salt (product) to the EVAMC Grounds Garage at 135 E. 38th St, Erie, PA or to a similar location on the EVAMC main campus as directed by the Contracting Officer s Representative (COR). Area of delivery will be easily accessible by the delivery truck. Deliveries shall be made Monday-Friday between the hours 7 AM and 2 PM, excluding federal holidays. Deliveries outside of the stated hours shall be only be made by mutual consent between the contractor and COR. There will be no minimum seasonal quantity. Maximum seasonal quantity is not expected to exceed 200 tons. No replenishment orders are expected to be placed by EVAMC after March 31 of each contract year. Contractor shall have sufficient quantity available at all times to provide EVAMC with up to 50 tons of bulk road rock salt within 48 clock hours of COR s notification of need. Minimum quantity to deliver will be 20 tons and maximum of 25 tons per order. EVAMC personnel shall be responsible for moving the salt from the drop location to the onsite storage location. The acceptable product shall have the composition of 1 or 2 below. The contractor shall indicate which composition is being proposed. Bids on both compositions are acceptable. Only one of the compositions will be awarded. Composition shall be minimum 95% Sodium Chloride and treated with Yellow Prussiate of Soda (YPS) or similar anticaking compound. (Salt) Composition shall be minimum 85% Sodium Chloride and treated with Yellow Prussiate of Soda (YPS) or similar anticaking compound, mixed with 10% sand or pulverized cinders. (Salt/sand) Salt Product shall be in crushed nugget form. Flake product will not be acceptable. Sizing shall conform to the following test: Each sample shall be up to 1 pound in weight 3 samples shall be taken from different locations in the delivered lot at a depth of at least 1 90% of each sample by weight shall be between 1/4 and 5/8 in size inclusive. For composition 2, 80% of each sample by weight shall be between 1/4 and 5/8 in size inclusive. Rocks or other foreign material must be absent from the delivered product. Presence of material other than salt shall be cause for delivery rejection. All specification sheets must be submitted to CO for COR evaluation with bid submittal. Substitute chemical compositions may be submitted to CO for COR evaluation of suitability for this contract. Product shall be compatible with dispersion using hand, drop and broadcast spreading. Product shall be safe for handling by personnel without the need for personal protection equipment. Product shall be colored to visually ensure proper dispersion of the solid product. Product shall not be permanently staining to pavement. Product shall arrive in a free flowing, dry and usable condition. Product must not be caked, wet or clumped. Product delivered that is not in conformance to this specification shall be cause for delivery rejection. Rejection of a delivery due to nonconformance to the specifics of this SOW shall be followed by a delivery within 48 clock hours of product that meets the specification criteria at no additional cost to the government. Contractor assumes responsibility for safe and legal transport of the product to EVAMC. Contractor acknowledges that deliveries may be expected during adverse winter weather conditions. Contractor also acknowledges that if the product can be legally procured and acceptable roads are open for transport (interstate highways and local roads to and from the interstate highway), there shall be no allowance for delay due to weather. Proposals shall be priced for the base year FY19 and 4 individual option years (FY20, FY21, FY22 and FY23). Composition 1 or composition 2 from Section I above, must be specified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0018/listing.html)
- Document(s)
- Attachment
- File Name: 36C24419Q0018 36C24419Q0018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614973&FileName=36C24419Q0018-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614973&FileName=36C24419Q0018-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24419Q0018 36C24419Q0018.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4614973&FileName=36C24419Q0018-000.docx)
- Record
- SN05112255-W 20181003/181001230857-9d5fed838f784ce0eda1b90c2339e1b2 (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 |