SOLICITATION NOTICE
68 -- Dry Ice Delivery- Weekly - Blood Bank Base 4 Option Years
- Notice Date
- 5/27/2025 10:46:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0487
- Response Due
- 6/3/2025 3:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Erica Grimslid, Contracting Officer, Phone: 414-844-4829
- E-Mail Address
-
Erica.Grimslid@va.gov
(Erica.Grimslid@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 2024-04 (effective 04/22/2024). This solicitation is set aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120, with a small business size standard of 1,200 employees. The FSC/PSC is 6830. The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), VISN 12, 115 South 84th St., Milwaukee, WI. 53214, is seeking to purchase weekly dry ice delivery for the Captain James A Lovell FHCC, Blood Donor Processing. All interested companies shall provide quotations for the following: Supplies/Services Item Number Unit Quantity Description 0001 LB 26,000 500 pounds 5/8-inch Dry Ice Pellets delivered each week for 52 weeks = 26,000 pounds. Dry ice pellets must be in packaging, either in boxes or bags. 1001 LB 26,000 500 pounds 5/8-inch Dry Ice Pellets delivered each week for 52 weeks = 26,000 pounds. Dry ice pellets must be in packaging, either in boxes or bags. 2001 LB 26,000 500 pounds 5/8-inch Dry Ice Pellets delivered each week for 52 weeks = 26,000 pounds. Dry ice pellets must be in packaging, either in boxes or bags. 3001 LB 26,000 500 pounds 5/8-inch Dry Ice Pellets delivered each week for 52 weeks = 26,000 pounds. Dry ice pellets must be in packaging, either in boxes or bags. 4001 LB 26,000 500 pounds 5/8-inch Dry Ice Pellets delivered each week for 52 weeks = 26,000 pounds. Dry ice pellets must be in packaging, either in boxes or bags. Requirement Captain James A Lovell FHCC, Blood Donor Processing Bldg. 133 BD-127, located at 3001 Green Bay Rd, North Chicago, IL 60064-3048, is seeking a qualified vendor to deliver 500 pounds of 5/8-inch dry ice pellets weekly for 52 weeks, a total of 26,000 pounds. Delivery shall be every Monday prior to 12:00 CST. If Monday is a federal holiday, then the delivery will be made by 12:00 CST on Tuesday, the day after the holiday. The dry ice must be in packaging, either in boxes or bags delivered to the Blood Donor Center, Processing Division, Building 133 BD-127, 3001 N Green Bay Rd., North Chicago, IL 60064. Period of Performance Base Year: 06/15/2025 06/14/2026 Option Year 1: 06/15/2026 06/14/2027 Option Year 2: 06/15/2027 06/14/2028 Option Year 3: 06/15/2028 06/14/2029 Option Year 4: 06/15/2029 06/14/2030 Performance Monitoring Delivery confirmation will be provided to the COR upon delivery. Periodic audits of delivery weights will be conducted by Blood Donor Processing Division staff upon delivery during the period of this contract. The dry ice weight upon delivery shall be 500 pounds. Delivery shall be every Monday prior to 12:00 CST. If Monday is a federal holiday, then the delivery will be made by 12:00 CST on Tuesday, the day after the holiday. There should be no sublimation expected from the delivery weight. If the weight of the dry ice upon delivery is less than 500 pounds, the vendor shall increase the weight of the next delivery to reflect the difference. Holidays for Federal Employees New Year's Day (January 1). Birthday of Martin Luther King, Jr. (Third Monday in January). Washington's Birthday (Third Monday in February). Memorial Day (Last Monday in May). Juneteenth National Independence Day (June 19). Independence Day (July 4). Labor Day (First Monday in September). Columbus Day (Second Monday in October). Veterans Day (November 11). Thanksgiving Day (Fourth Thursday in November). Christmas Day (December 25). Place of Performance/Place of Delivery Address: 3001 Green Bay Road Bldg. 133 BD-127 North Chicago, IL Postal Code: 60064-3048 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023). FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021). (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price, (ii) past performance. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) Addendum to FAR 52.212-4 FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award (JUNE 1988) FAR 52.217-5, Evaluation of Options (JUL 1990) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.208-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or BPAs (JAN 2023) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) VAAR 852.215-71 Evaluation Factor Commitments (OCT 2019) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.247-71, Delivery Location (OCT 2018) VAAR 852.247-73, Packing for Domestic Shipment (OCT 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024) 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. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at the time of the award. The following are the decision factors: Price Past Performance Delivery Schedule - Dry Ice must be guaranteed delivery, every Monday prior to 12:00 CST. If Monday is a federal holiday, then the delivery will be made by 12:00 CST on Tuesday, the day after the holiday. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits a� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1) Is set aside for small business and has a value above the� simplified acquisition threshold. (2) Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3) Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ)� at or before the exact time specified in this� solicitation.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� quotes� must� show (1)� The� solicitation� number. (2)� The time specified in the� solicitation� for receipt of� quotations. (3)� The name, address, and telephone number of the� quoter. (4)� A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary. (5)� Terms of any express� warranty. (6)� Price and any discount terms. (7)� ""Remit to"" address, if different than mailing address. (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� offeror� shall� complete electronically); (9)� Acknowledgment of� Quotation� Amendments. (10)� Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations, or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� quotes, unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� quotes. Unless otherwise specified in this� solicitation, these samples� shall� be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during pre-award testing. (e)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting alternative terms and conditions, including alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� quote� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� or revisions are due. (2) Any� quote� received at the Government office designated in the solicitation after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� quotes� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h)� Multiple awards. The Government� may� accept issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation� by specific limitations. Unless otherwise provided in the quotation,� offers� may� not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quote. (i)� Unique entity identifier. (Applies to all� quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� Request for Quote (RFQ)� requires the Contractor to be� registered in the System for Award Management (SAM).) The� quoter� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Quoter's name and address. The� Quoter� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Quoter� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Quoter� should� indicate that it is an� planning to submit a quote� for a Government Request for Quote (RFQ) when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (j)� Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) 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 June 03, 2025. 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f105127511ef46bca03dce453b9bfacf/view)
- Place of Performance
- Address: Captain James A Lovell FHCC Blood Donor Center, Processing Division 3001 Green Bay Road Building 133 BD-127, North Chicago, IL 60064-3048, USA
- Zip Code: 60064-3048
- Country: USA
- Zip Code: 60064-3048
- Record
- SN07456713-F 20250529/250527230049 (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 |