DOCUMENT
99 -- RECOVERY 99--Concrete Grave Liners, Fayetteville National Cemetery - Attachment
- Notice Date
- 8/21/2014
- Notice Type
- Attachment
- NAICS
- 327390
— Other Concrete Product Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78614I0332
- Response Due
- 8/29/2014
- Archive Date
- 10/28/2014
- Point of Contact
- David Dixon
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought Synopsis. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish (F.O.B. Destination), all necessary labor, material, equipment and supervision to perform supplying, delivering and installation of concrete grave liners at the Fayetteville National Cemetery, 700 Government Avenue, Fayetteville, AR 72701. 1.COMMERCIAL ITEM DESCRIPTION-LINER, GRAVE, CONCRETE The General Services Administration has authorized the use of this commercial item description as a replacement for VA Specification X 1708G for concrete. This commercial item description describes Concrete Grave Liners intended for use in National Cemeteries to prevent the sinkage of soil in graves. a.Salient characteristics: LINER, GRAVE, CONCRETE - Shall be constructed from reinforced concrete utilizing Portland Cement. Cement shall be of a commercial quality using steel and/or polypropylene reinforcement. In addition, the material(s) used in the production of concrete grave liners shall be impervious to any destructive action of the natural elements possibly contained in the cemetery soil, which can range from extreme acidic to extreme alkaline conditions. Concrete grave liners must be properly cured for 28 days before delivery and the concrete must have minimum compression strength of 31,027 kPa. Style 1 - Box with separate lid Style 2 - Dome with a base Style 3 - Dome without a base SIZES INTERNAL DIMENSIONS Small Liner - 147 cm by 51 cm by 46 cm Medium Liner - 218 cm by 76 cm by 61 cm Oversize Liner - 229 cm by 81 cm by 66 cm Extra Large Liner - 234 cm by 91 cm by 71 cm UNIT: EACH Internal dimensions listed above are nominal for the standard sizes and small variances are permitted in the use of standard commercial products providing size permits use of standard caskets. b.Workmanship. Grave liners shall be free from defects which detract from its appearance or impair its serviceability. c.Production specification. The following must be included as part of the offer: i.Type of material or materials. ii.Material specifications iii.Methods of construction iv.Testing procedures and findings d.Design and construction. Grave liners shall meet the performance requirements. The combination of the design shape, design thickness, structure and material shall be capable of supporting the required 2.27 metric tons center load pressure test and the axle load test of 5.0 metric tons, plus the superimposed earth load. Both the exterior dimensions and the weight of the grave liner shall be kept to a minimum in accordance with the nominal internal dimension standards specified above in Paragraph a labeled "salient characteristics" and the required structural strength specified above. Design contours and shapes shall be such as to eliminate any possible back-fill voids, settling, sinking, floating or raising of the grave liner once interred. The grave liners and parts thereof, will have provisions to facilitate both the ease of installation and removal of the unit and its component parts. All lifting apparatus must be adequately anchored in the unit to sufficiently withstand the stresses of lifting and placing the unit. Grave liners shall have knockout holes to permit drainage. Lid will have center-located indentations for lid puller. e.Cemetery Inventory. The contractor will maintain on-site at the Fayetteville National Cemetery the following as emergency inventory: i.Small Liner - one (1) each ii.Medium Liner - six (6) each iii.Oversize Liner -one (1) each f.Recovered materials. The offeror/contractor is encouraged to use recovered material in accordance with Federal Acquisition Regulation Subpart 23.4 to the maximum extent practical. 2.PACKAGING AND MARKING a.Inscription. The date of manufacture shall be permanently recorded on the grave liner so that the contractor can identify his product according to the date of production. b.Packaging. Grave liners shall be palleted or otherwise prepared for shipping in accordance with standard commercial practice to insure carrier acceptance and safe delivery in containers complying with rules and regulations applicable to the mode of transportation. c.Marking. Shipping containers shall be marked in accordance with the manufacturer's standard commercial practice. The production date shall be inscribed or otherwise permanently marked on each component which makes up a grave liner. 3.INSPECTION AND ACCEPTANCE QUALITY CONTROL AND ASSURANCE PROVISIONS: a.Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his own or any facilities suitable for the performance of the inspection requirements specified herein unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. b.Records. Records of examinations and tests performed by or for the contractor shall be maintained by the contractor and made available to the Government, upon the Government's request, at any time, or from time to time, during the performance of the contract and for a period of three years after delivery of the supplies to which such records relate. c.Inspection. Inspection, as used herein, is defined as both examination (such as visual or auditory investigation without the use of special laboratory appliances or procedures) and testing (determination by technical means of physical and chemical properties) of the item. d.Pre-production Sample. When specified, a pre-production sample will be required and will be examined and tested in accordance with this specification. The pre-production sample will be representative of the production article. However, the requirements for furnishing a pre-production sample may be waived as to a bidder if: i.The bidder states in the bid that the product offered is the same as a product previously furnished to the procuring activity under a prior contract, and the bidder identifies the contract. ii.The contracting officer determines that such product meets the requirements of the specifications. e.Tests. Tests shall be conducted to determine compliance with these commercial item description requirements. Where feasible, the same sample shall be used for the determination of two or more test characteristics. f.Testing of Components. Upon request, the supplier will furnish a certification of compliance, issued by an independent testing laboratory or an approved testing program. This would include an analysis for all characteristics of material specified and applicable referenced specifications. The Government reserves the right to verify the correctness of such certificates of compliance and analysis. Approved grave liners are subject to both random compliance and complete re-testing. The grave liners shall conform to the following American Society for Testing and Materials (ASTM) Standards. ASTM C 33 - Standard Specifications for Concrete Aggregate ASTM C 39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C 40 - Standard Test Method for Organic Impurities in Fine Aggregates for Cement ASTM C 94 - Standard Specification for Ready-Mixed Concrete ASTM C 150 - Standard Specification for Portland ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 260 - Standard Specification for Air-Entraining Admixtures for Concrete ASTM C 330 - Standard Specification for Lightweight Aggregates for Structural Concrete ASTM C 494 - Standard Specification for Chemical Admixtures for Concrete g.Sampling/or examination. Sampling for examination shall be conducted in accordance with MIL-STD-105, with an AQL of 1.0 (percent defective) and an inspection level of S-1. 4.DELIVERIES/PERFORMANCE a.Delivery: The Contractor shall be required to deliver and install grave liner units at the Fayetteville National Cemetery at a site determined by the COR or his/her designee. All personnel normally associated with delivery and installation will be the Contractor's responsibility. For the requirements of this contract, normal hours of operation for the delivery of grave liners, is 9:00 a.m. through 3:00 p.m. local time, as instructed by the COR or his/her designee. Sufficient manpower will be provided by the Contractor for acceptable and timely delivery of the units. Acceptability and timeliness will be determined by the COR. The National Cemetery will not provide labor or equipment to assist in the delivery of grave liners or lids. Grave liners will be visually spotted and placed in accordance with storage alignment. The lids of units will be positioned on the grave liner upon delivery. Fayetteville National Cemetery reserves the right to determine what constitutes an acceptably delivered unit. Deliveries will be scheduled the day before they are required up to 3:00 pm and coordinated between the contractor and the COR or designee. Contractor shall contact the COR or designee by 8:30 am each day for the interment schedule for that day. Contractor must provide manpower and equipment 30 minutes prior to each interment. Grave liners must not be stored in public view when delivered. b.Installation: i.All installation normally associated with the placement of grave liners will be the Contractor's responsibility. Sufficient manpower shall be provided by the Contractor for acceptable and timely installation of the units. The National Cemetery will not provide employees to assist with the installation of these units. The contractor shall place a second grave liner to include the lid when the first interment is placed at double depth (7 feet). The second grave liner shall be placed immediately following the placement of the first grave liner. ii.Grave liners shall be visually spotted and placed in accordance with gravesite alignment. The lids of units shall be positioned on a flat surface and be secured until they are placed on the box. Fayetteville National Cemetery reserves the right to determine what constitutes an acceptably placed unit. iii.The device used by the contractor to lower the grave liners must be motor-driven. iv.All OSHA standards will be adhered to within the cemetery grounds. A "competent" person must be at the interment site at all times during placement of box. The purpose of this notice is to determine interest and capability of potential qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small-Businesses (VOSB), and Small Businesses relative to the North American Industry Classification code (NAICS) 327390 Other Concrete Product Manufacturing. The Small Business Size Standard is 500 employees. VOSB/SDVOSB offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will also depend on the response to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS: All responsible parties interested in responding to this notice are invited to submit a capability statement, including costs that provide sufficient details for consideration by the Government. Responses must be received by Friday, August 29, 2014, 2:00 PM ET. Oral communications are not acceptable in response to this notice and telephone inquiries will not be accepted. All responses must be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on 'Request a user account' to register. In the event an Offeror is unable to submit a response through the Vendor Portal domain, prior to the due date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission through email will not be accepted. Transmission/uploads must be completed by the date/time specified. Late or incomplete responses will not be considered. If Offerors are still unable to submit a response through VA eCMS Vendor Portal, the Offerors may submit a CD version of their response package as long as VA eCMS Vendor Portal registration requirements have been fulfilled and Offerors have contacted the VAAS helpdesk for assistance in their submission. A copy of the email correspondence with the VAAS helpdesk will be forwarded to the Contracting Officer, David Dixon at david.dixon2@va.gov as proof of email correspondence. If a phone conversation with the VAAS helpdesk proves unsuccessful in an Offeror's ability to submit a response prior to the due date via Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a response via the Portal. This document will be submitted together with the CD version of the response. In the event an Offeror has not requested submission assistance to the VAAS help desk prior to the due date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a response via Vendor Portal, the CD version of the response will not be accepted. If a CD version of the response is accepted by the Contracting Officer, the CD version of the response may be submitted as an MS Word document or PDF. The CD shall be categorized in a manner where it is easy to ascertain. Offers who meet stated requirements will be provided the address to submit a CD version by email from the Contracting Officer. All offerors shall include the following information with each response: "Legal Business/Company Name (as it is indicated in www.sam.gov) "DUNS Number "Point of Contact Name "Telephone number "E-Mail Address "Capability statement, including costs Responses must be received by Friday, August 29, 2014, 2:00 PM ET. Oral communications are not acceptable in response to this notice and telephone inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78614I0332/listing.html)
- Document(s)
- Attachment
- File Name: VA786-14-I-0332 VA786-14-I-0332.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1588647&FileName=VA786-14-I-0332-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1588647&FileName=VA786-14-I-0332-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-14-I-0332 VA786-14-I-0332.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1588647&FileName=VA786-14-I-0332-000.docx)
- Place of Performance
- Address: Fayetteville National Cemetery;700 Government Avenue;Fayetteville, AR
- Zip Code: 72701
- Zip Code: 72701
- Record
- SN03474966-W 20140823/140821235836-fb44e66c8ded9e72656b7c979e03cc50 (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 |