This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603, “Streamlined solicitation for commercial products or commercial services,” 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. This solicitation is issued as a Request for Quote (RFQ), solicitation number 36C78625Q50359.
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-01/02 (Effective 2/18/2025).
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE:
This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The NAICS code for this procurement is 325311 – Nitrogenous Fertilizer Manufacturing. The business size standard number of employees is 1,050 Employees.
This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.
The U.S. Department of Veteran Affairs, National Cemetery Administration (NCA), anticipates the award of Firm Fixed price. This Firm Fixed Contract is for Florida National Cemetery, SW 102nd Bushnell, FL 33513.
ANTICIPATED PERIOD OF PERFORMANCE:
Base Year: September 1, 2025 – August 31, 2026
RESPONSE TO REQUEST FOR QUOTE (RFQ): Proposals are due to the Administrative Contracting Officer, no later than 10:00am on August 22, 2025. Responses to this announcement will result in a Firm Fixed Contract. The Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining and acknowledging all amendments or additional information concerning this announcement at SAM.gov.
SOLICITATION QUESTIONS:
All questions regarding this solicitation are to be submitted to the Contract Specialists via email no later than close of business, August 18, 2025. Questions pertaining to this announcement shall be sent by email to: Janice.Brooks@va.gov and copy (cc) Larry.Curtis@va.gov. Telephone inquiries will not be accepted. Associated answers to questions submitted will be provided via a solicitation amendment. If offeror fails to endorse amendment(s), proposal will be considered non-responsive and ineligible for award.
INSTRUCTIONS TO OFFERORS:
Interested Offerors MUST be registered with the SAM at http://www.sam.gov and must compete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to the solicitation closing date. Failure to comply will result in the offeror being considered Non-Responsive.
Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) socio-economic category concerns MUST have an active/current registration with www.verterans.certify.sba.gov.
Failure to comply will result in the offeror being considered Non-Responsive and ineligible for award.
Interested Offerors who do not have a current/active SAM account registration or who are not certified as a Service-Disabled Veteran Owned Small Business or certified as a Veterans Owned Small Business in the SBA website (veterans.certify.sba.gov) upon solicitation close date will be considered Non-responsive and ineligible for award.
All proposals are to be submitted to Administrative Contracting Officer, via email at Janice.Brooks@va.gov and copy (cc) Larry.Curtis@va.gov no later than 10:00am EST on August 22, 2025. IT IS THE RESPONSIBILITY OF THE OFFEROR TO SUBMIT THEIR BEST QUOTE AT THE TIME QUOTES ARE DUE. LATE QUOTES MAY NOT BE CONSIDERED.
EVALUATION PROCESS: The Government intends to award a Firm Fixed Contract resulting from this Solicitation to the responsible Offeror whose proposal provides the best benefit to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable.
EVALUATION METHODOLOGY:
In accordance with FAR Part 13 the Government will award a firm fixed price contract resulting from this solicitation to the responsible Offeror whose offer will be the most advantageous to the Government, price and other factors considered. Award shall be made based on the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors. To be considered Technically Acceptable, the offeror must be compliant with all the solicitation’s general requirements. General Requirements consist of Fertilizer, and Chemicals products meeting or exceeding acceptability standards.
LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA), EVALUATION METHOD.
Under this process the offers are laid out in price from the lowest to highest, and then the technical evaluation is performed on the lowest priced offer first. If the offer is technically acceptable, the award is made. If the offer is not technically acceptable, then the next lowest priced offer is evaluated. This process is worked until the LPTA offeror is identified.
See attached Documents before submitting a proposal:
1. "36C78625Q50359 - Combined Solicitation Far 13 - FERTILIZERS AND CHEMICALS FLORIDA NATIONAL CEMETERY"
2. A - Statement of Work
3. B - Price Schedule