Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOLICITATION NOTICE

95 -- Flag Holders for Ft Bliss Cemetery - El Paso TX Provide a design / prototype devise to hold a flag in xeriscape terrain in front of headstone

Notice Date
1/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA Denver Acquisition & Logistics Center, Department of Veterans Affairs Denver Acquisition & Logistics Center, Ms. Suzanne Lindsey, Contracting Officer;Denver Acquisition Division (001AL-A2-4C;155 Van Gordon St Room 554;Lakewood CO 80228-1709
 
ZIP Code
80228-1709
 
Solicitation Number
VA-789-09-RQ-0002
 
Response Due
2/17/2009
 
Archive Date
5/27/2009
 
Point of Contact
Suzanne LindseyContracting Officer<br />
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH (IAW) 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. This solicitation for "GRAVESITE FLAG HOLDERS" is issued as a Request for Quotation (RFQ), from Veteran's Administration, Denver Acquisition & Logistics Center, (DALC), solicitation number VA-789-09-RQ-0002. Headstone measurements and suggested drawings are available: Contact Ms. Lindsey at Suzanne.Lindsey@va.gov. 1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-28. 2. All responsible small business sources may submit a proposal, which shall be considered by the agency. Service Disabled Veteran Owned Small Business concerns are encouraged to submit offers. NAICS Code: 332618 (Other Fabricated Wire Product Manufacturing) Small Business Size Standard: 500 Employees. Set-Aside: 100% competitive Small Business Set-Aside IAW FAR Part 19.5. 3. Design and Manufacture Flag Holder Prototype. Line Item 1: After notification of Award, 100 Prototype Units -- delivered to Fort Bliss Cemetery for further testing for 14 days. Line Item 2: Upon completion of acceptance testing, Flag Holders Accepted by MSN-III shall be delivery within 30 days of order notification. Delivery date: no later than May 4, 2009. Quantity 34,900Unit Price__________Total Extended Price__________ 4. DESCRIPTION: Fort Bliss National Cemetery is interested in acquiring a device to hold gravesite flags at the front of headstones on ceremonial days at this cemetery. A PDF drawing and pictures of in-house prototypes are included for clarity of concept and need. Wire should be of sufficient gauge and hardness to resist bending and breakage during handling (estimated to be 7 or 6 gauge), wire must be coated, treated, or of a material that will not stain the headstone. Color of the wire or coating shall be light: White, gray, tan, etc. Vendor is to submit three (3) prototype units along with its proposal. The prototype will be evaluated by the National Cemetery Memorial Service Office (MSN-III) located in Denver Colorado. Upon acceptable initial evaluation of the prototype by the MSN-III, the successful vendor will be notified and requested to send 100 units to Ft Bliss Cemetery located in El Paso TX for further evaluation and testing for a period of 14 days. Upon confirmation of operation and functionality, and after agreement on any minor adjustments in design, an award will be made for an additional 34,900 units which shall be delivered Free On Board, (FOB) Destination to the cemetery. NOTE: Offerors agree that the Optional Line Item 2 will not be exercised/awarded unless the prototype items provided in Line Item 1 are deemed full acceptable or better by MSN-III personnel. 5. SCHEDULE: Initial approval of prototype. Notification of award and request shipment of 100 prototype units to cemetery for further site-testing at user location which must be delivered within 30 days of award. The cemetery will place and test 100 units for 14 days. If units meet or exceed the requirement, the successful Vendor will be notified and Government will confirm order for 34,900 units which shall be delivered to the cemetery site NLT May 4, 2009. Manufacturing of units shall be performed in accordance with the best commercial practices. 6. DELIVERY INFORMATION: In accordance with performance schedule of the contract: 100 Prototype Units will be tested at the cemetery for a period of 14 days. Upon successful testing, the remaining 34,900 units will be ordered and delivered to the Ft Bliss Cemetery, El Paso, TX FOB. Delivery Address:Fort Bliss National Cemetery 5200 Fred Wilson Boulevard El Paso, Texas 79916. Delivery Period:On/or before May 4, 2009 7. FAR 52.252-1, "Solicitation Provisions Incorporated by Reference" This solicitation incorporates one of more solicitation provisions by reference, with the same force and effect as if they were given in full text. 8. The provision at 52.212-1, "Instructions to Offerors-Commercial", applies to this acquisition and the following addenda apply: ADDENDA TO 52.212-1 (c) Period for acceptance of offers. The offer agrees to hold the prices in its offer firm for 90 calendar days from date specified for receipt of offers (e) Multiple offers. [ ] will [X] will not be accepted. 9. The provision at FAR 52.212-2, "Evaluation - Commercial Items", applies to this acquisition and the following addenda apply: ADDENDA TO 52.212-2: The Government will award an order 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 (in order of importance): Technical Ability (conformity to specifications, confirmation of operation and functionality), and price. Technical Performance of the prototype units is considered more important than price. Price is to be submitted per unit and a total cost for 35,000 units shipped FOB. Offerors must submit three (3) of its design offered for consideration along with its proposal. Prototypes must be received at the specified location in the solicitation by the time and date for receipt of offers. There shall be no opportunity to revise or modify prototype after delivered. The Government is not required to conduct discussion on any aspect of the prototype unit, including any areas that the Government determines to be a weakness, and/or deficiency, or major defect. The prototype unit found to be not in working condition during the initial evaluation may cause the rejection of the offer without further evaluation. 10. Provision at FAR 52.212-3, "Offeror Representations and Certifications-Commercial Items" applies to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, with its offer. NOTE: Offerors are not required to submit the Representations and Certifications specified in this clause if your firm has registered online at Online Representations and Certifications Applications (ORCA), located at http://orca.bpn.gov/publicsearch.aspx, and your information is available for Government review at this web site. 11. FAR 52.252-2, "Clauses Incorporated by Reference" This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 12. Clause at 52.212-4, "Contract Terms and Conditions-Commercial Items", applies to this acquisition with the following addenda: ADDENDA TO CLAUSE 52.212-4: All invoices should be sent to the Financial Services Center (FSC) at Austin Financial Servies Center MSN III-Station 789 PO Box 149971 Austin, TX 78714-8971 The invoice must identify the Purchase Order Number 52.233-2-Service of Protest, (SEP 2006). 13. Clause at 52.212-5-"Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items" applies to this acquisition. The following blocks are checked under FAR 52.212-5, Paragraph (b): Block (5), 52.219-6, Notice of Total Small Business Set-Aside Block (16), 52.222-3, Convict Labor Block (17), 52.222.19; Child Labor-Cooperation with Authorities and Remedies Block (18), 52.222-21, Prohibition of Segregated Facilities Block (19) 52.222-26, Equal Opportunity Block (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Block (21), 52.222-36, Affirmative Action for Workers with Disabilities Block (22), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Block (31), 52.225-13, Restrictions on Certain Foreign Purchases Block (36), 52.232-33, Payment by Electronic Funds Transer___Other than Central Contractor Registration FAR Clause 52.237-2-Protection of Government Buildings, Equipment, and Vegetation, (APR 1984). FAR Clause 52.242-15-Stop-Work Order, (AUG 1989). Offerors not in possession of the reference clauses may obtain them at http://www.farsite.hill.af.mil VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.203-71 Display of VA Hotline Poster (DEC 1992) (a) Except as provided in paragraph (c) below, the Contractor shall display prominently in common work areas within business segments performing work under VA contracts, VA Hotline posters prepared by the VA Office of the Inspector Genera;/ (b) VA Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043-4647. c) The Contractor need not comply with paragraph (a) above, if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports. (End of Clause) 14. Offerors should include in proposal, their DUNS, CAGE (Commercial and Government Entity) and Tax ID Numbers, be CCR registered (Central Contractor Registration) and EFT (Electronic Funds Transfer) compliant. 15. Date, Time and Place offers are due: Offers are due by delivery on 17 February 2009, at 2:00PM Mountain Standard Time. Offers must be submitted to: Normal Mail:Overnight: VA, DALCVA, DALC Attn: Suzanne LindseyAttn: Suzanne Lindsey PO Box 25166155 Van Gordon Street, Room 554 Lakewood, CO 80225-0166Lakewood, CO 809228-1709 16. Point of Contact for information regarding this solicitation: Agency:Department of Veterans Affairs/DALC Primary Name:Suzanne Lindsey Title:Contracting Officer E-Mail Address:Suzanne.Lindsey@va.gov Telephone No.:303-914-5436 Alternate Name:Ray Blomquist Title:Chief, Acquisition Division E-Mail:Ray.Blomquist@va.gov Telephone No.:303-914-5187 All small business sources are invited to submit their proposals before 2:00 PM; Mountain Standard Time, 17 February 2009. Offers are to be in writing, include a signature and the prototype units. The offers are to be sent/delivered to Department of Veteran Affairs, Denver Acquisition & Logistics Center, 155 Van Gordon St., Suite 554, Lakewood CO, 80228-1709. Headstone Demensions and suggested style drawings are available and can be requested by sending and Email to: Suzanne.Lindsey@va.gov. Point of Contact is the Contracting Officer: Suzanne Lindsey at phone number 303-914-5436, E-mail Suzanne.Lindsey@va.gov. Price is to be broken out by Quantity, Unit Price, and Total Extended Price for both Line Items 1 and 2.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f90cdf4033293d7bd35797e321c289b&tab=core&_cview=1)
 
Place of Performance
Address: Fort Bliss National Cemetery;5200 Fred Wilson Boulevard;El Paso, Texas 79916<br />
Zip Code: 79916<br />
 
Record
SN01739496-W 20090130/090128214919-4f90cdf4033293d7bd35797e321c289b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.