Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
DOCUMENT

99 -- The purpose of this Amendment is to change the response due date to 9 February 2018 at 12:00 Noon EST as well as respond to all questions submitted by 12 Jan 2018 by 12:00 Noon EST. - Attachment

Notice Date
1/29/2018
 
Notice Type
Attachment
 
NAICS
327991 — Cut Stone and Stone 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
36C78618R0042
 
Response Due
2/9/2018
 
Archive Date
4/10/2018
 
Point of Contact
TWILLIE L. CURRY III
 
E-Mail Address
work
(twillie.curry@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
AMENDMENT TO A PREVIOUS COMBINED SYNOPSIS/SOLICITATION 36C78618R0042 Amendment A00001 The solicitation close date has changed from January 31, 2018 at 12:00 Noon EST to February 9, 2018 at 12:00 Noon EST. The following has changed for Solicitation 36C78618R0042. Please see 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017) has changed to the following: The solicitation closes on February 9, 2018 at 12:00 Noon EST IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR PROPOSALS IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED PROPOSALS ARE PROVIDED IN THE VENDOR PORTAL GUIDE. Please go 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 their Proposals through the Vendor Portal domain, prior to the deadline for submission of Proposals, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Proposals transmission/successful uploads must be completed by the deadline for submission of Proposals. Offerors unable to submit their Proposals through VA eCMS Vendor Portal, may submit their Proposals via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their Proposals submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, Antionette Collins-Somerville, at Antionette.Collins-Somerville@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a Proposals prior to the closing date, via the 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 Proposals via the Portal. The offeror shall receive approval from the contracting officer prior to submitting Proposals via email. This document shall be submitted with the Offeror s Proposals. In the event an Offeror has not requested submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit their Proposals via Vendor Portal, the Offeror will be considered non-responsive and the Proposals, if late, will not be accepted. Proposal shall include the information listed below. Proposals that fail to furnish the required information, or reject the terms and conditions of the RFP may be excluded from further consideration. The following factors will be considered when evaluating the Proposals: Technical and Price. The Offeror s proposal shall consist of three (3) volumes. The Volumes are I Technical& Past Performance, Volume II Price, Volume III - Small Business Participation Plan and Volume IV Offer & Award Documents, Certifications & Representations. 2. RFP FILES. Offerors quotations shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quotation page limitations are not applicable to this procurement. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions will not be evaluated. a. File Packaging. All of the proposal files may be compressed (zipped) into one file entitled proposal.zip using WinZip version 6.2 or later version or the proposal files may be submitted individually. b. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. The titles and page limits requirements for each file are shown in the Table below: Volume Number Factor File Name Page Limitations* Volume I Technical & Past Performance: (Company Name) Tech.pdf 50 Volume II Price (Company Name) Price.xls None Volume III Small Business Participation Plan Small Business Participation.pdf None Volume IV Offer & Award Documents, Certifications & Representations (Company Name) OfrRep.pdf None A Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s proposal will not be evaluated by the Government. Submittal by Potential Offerors Potential offerors shall submit at contractor expense one marble sample (24 x 13 x 3/4 ) representative of the marble to be used in the production of headstones under the contract. The marble sample shall conform to government specifications and shall be submitted for approval. Mark each sample on the back with permanent marker to show: contractor s name and solicitation number, email address and cemetery name. Any sample which arrives damaged shall not be accepted. The sample must be manufactured, inscribed, and packaged to prevent any damage during shipment. Samples must be accompanied by a statement identifying the brand name and grit rating for the pad or stone used to produce the final finish. The following inscription shall be used for this sample submission-refer to drawings for lines, spacing and dimensions: Emblem # 33 (Presbyterian Church (USA)) JOSÉ RAFAEL QUIÑÓNEZ 2ND LT US AIR FORCE AFGHANISTAN SEP 19 1936 AUG 31 2012 PURPLE HEART BELOVED HUSBAND & DAD Failure to meet any of the requirements shall result in the rejection of the sample. The sample shall establish the acceptable product for all inscriptions under this contract and shall be the basis for comparison of inscription services. Samples must be received by Memorial Products Service (MPS) prior to closing date. If one or more of the samples are disapproved by MPS, you shall receive notification by MPS (Program Support Unit) and have until the closing date of the solicitation to resubmit another sample. NO samples shall be accepted after closing date. Once submitted, samples become the property of the Department of Veterans Affairs and shall not be returned. Submit sample and test results to the following address: Department of Veteran Affairs Memorial Products Service Program Support Unit, Rm. 600 1575 Eye Street, NW Washington, DC 20005 Full size copies of drawings are available upon request at no additional charge to potential vendors. The request should be e-mailed to the NCA Memorial Products Service (MPS) Program Support Unit at MPSProgSupport@va.gov and shall include the contractor s name, mailing address, phone number, e-mail address, and the name / drawing number of the drawing(s). If hard copies of the drawings are desired, e-mail the request to MPS with sufficient time for the drawings to be mailed. MPS recommends vendors use full size drawings for determining work requirements. An extension to the solicitation s closing date shall not be granted for failure to request the technical drawings with sufficient lead time. VOLUME I- TECHNICAL & PAST PERFORMANCE Offerors shall propose a detailed approach that addresses the following: 1. TECHNICAL EVALUATION. Marble Sample(Pass/Fail) Marble Samples: Finish Dimension within tolerance Material meets ASTM criteria Color/reflectivity standard is met Workmanship free from defects Bonding within specs Boring appropriately sized spaced Qualifications: Personnel Experience: The following key personnel s resume must be included in the quotation/proposal: 1. Inscriber 2. Site Supervisor/Manager 3. Subcontractors if using any Company Experience: Experience of company and / or subcontractors in performing this type of work: The Vendor shall provide evidence the extent to which they clearly and convincingly demonstrate their subject matter expertise, understanding of the tasks and understanding of the requirement. Offerors shall include in their technical proposal a narrative describing the firm s experience performing the services stated in the SOW. 2. PAST PERFORMANCE EVALUATION. Offeror shall provide no more than three, recent (within the last 5 years), and relevant Past Performance Questionnaires (Attachment ). Past Performance should be relevant in size, scope, and complexity. Offerors are required to demonstrate within the last five (5) years, successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Contact information provided with referrals shall be reachable by telephone or email. If a referral cannot be reached, offeror will not be evaluated favorably or unfavorably on past performance. The Questionnaires (with top portion completed) shall be submitted in Volume I for (Past Performance). Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). VOLUME II PRICE The Price Proposal does not have a page limitation; however, Contractor s Proposals shall provide detailed information that provides a list of price. The contractor s price proposal must be separated from the technical submittal. The contractor shall propose firm fixed price. The Proposals that fail to furnish the required information, or reject the terms and conditions of the RFP may be excluded from further consideration. VOLUME III-SMALL BUSINESS PARTICIPATION PLAN FACTOR The Small Business Participation Plan does not have a page limitation; however, the Contractor s Proposals shall provide the detailed information below: All contractors must complete and submit the Small Business Participation Plan. Contractors must provide a Small Business Participation Plan proposing their goals for this solicitation to include Small Business Participation. This plan shall include an overall goal which shall be accomplished through collective small business participation from any type of small business or sub-category small business. A small business can achieve the goals through its own performance/participation as a prime without having to subcontract. The current Veterans Affairs agency goals/target percentages are below: FY 18 VA subcontracting goals Category Target (Percentage) Total U.S. ------------------------------- Total Small Business 17.0% Veteran Owned Small Business 7% Service-Disabled Veteran Owned Small Business 5% Small Disadvantaged Businesses (including Section 8(a)) 5% Women-Owned Small Business 5% Historically Underutilized Business Zone (HUBZone) Small Business 3% The work performed directly by a small business prime contractor will be evaluated as Small Business Participation. A small business is NOT required to subcontract out any portion of the work. This factor gives the small businesses the opportunity to indicate that they will meet small business participation through self-performance, or, in addition to any subcontracting to small businesses. This Small Business Participation Plan is required to be submitted for evaluation of this factor. All contractors at a minimum are required to submit a Small Business Participation Plan individually addressing the following areas: (1) The extent to which Small Business firms are specifically identified in quotes; (2) The extent of commitment to Small Business firms (enforceable commitments, such as established relationships, will be weighted more heavily than non-enforceable ones); (3) The complexity and variety of the work small firms are to perform; (4) The extent of utilization of Small Business firms on prior contracts; (5) The evaluation will be based on the total contract dollar value, the contractors propose in terms of small business participation. (6) The extent of participation of Small Business concerns in terms of the value of the total acquisition and the extent of which the contractor provides detailed explanations and supporting documentation of the proposed participation percentages, or lack thereof, for this acquisition. Contractors proposed goals are to be filled-in as provided below: (a) Prime Contractor type of business (check all that apply): ( ) Large ( ) Small (also check type of small business) ( ) Small Non-Disadvantaged Business ( ) Small Disadvantaged Business* ( ) Woman-Owned Small Business ** ( ) HUB Zone Small Business ( ) Veteran Owned Small Business ( ) Service Disabled, Veteran Owned Small Business (b) Total Contract Value (for five year period): $______________ (c) Dollar Value of your participation as a prime contractor: $____________ (d) Dollar value and percentage of the total contract value of subcontractors planned for: Business Category Dollar Value Percentage of Total Contract Value Large Small Disadvantaged Business* Total Small Business Woman Owned Small Business Hub Zone Small Business Veteran Owned Small Business Service-Disabled Veteran Owned Small Business *Note: Historically Black Colleges and Universities/Minority Institutions (HCBU/Mis) are considered as disadvantaged and should not be broken out separately. Each percentage above shall be accompanied by detailed supporting documentation in the Small Business Participation Plan regarding individual commitments. The sum of the dollar values and percentages of Small Non-Disadvantaged and Small Disadvantaged should equal the entries for the Total Small. However, the sum of all the percentages need not equal 100% since the prime is not included and individual subcontractors may be counted towards more than one category. (e) List the principal supplies/services (be specific) to be subcontracted to: Business Category Name of Company Type of Service/Supply Large Small Disadvantaged Business** Total Small Business Woman Owned Small Business Hub Zone Small Business Veteran Owned Small Business Service-Disabled Veteran Owned Small Business (f) Extent of Commitment: Provide documentation regarding enforceable commitments to utilize any small business category, as defined in FAR Part 19, Small Business Programs, as subcontractors. (g) Self-certification to comply with VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. VOLUME IV - OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS Certifications and Representations - An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone number E-Mail Address SF1449, Acknowledgement of Amendments, if any. Any proposed exceptions to solicitation terms and conditions Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s proposal Unacceptable, and thus ineligible for award. Please see Addendum to FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) has changed to the following: Addendum to FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) The Government intends to award without discussions however; the Government retains the right to hold discussions if deemed necessary. Offerors are urged to ensure that their quote is submitted on the most favorable terms, since less than their best potential could result in exclusion of the quote from further consideration. Failure to include all required documentation as required in this RFP, may result in your submission being found to be technically unacceptable and removed from further consideration. 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. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. Each non-cost factor will be rated acceptable/unacceptable. To receive consideration for award, a rating of acceptable must be achieved for technical and past performance. FACTOR 1: Price FACTOR 2: Technical FACTOR 3: Past Performance FACTOR 4: Small Business Participation Plan Proposals will be evaluated based on the following factors listed as shown below: 1. PRICE EVALUATION APPROACH. The Government anticipates that adequate price competition will establish a fair and reasonable price. However, if the Government does not receive adequate price competition, it will evaluate price proposals to ensure price reasonableness of the services or products being provided to the Government, considering the specific terms and conditions and relevant commercial practices. The Government will evaluate proposals by adding the total of all line item prices for the base and all options. Pricing may be compared against the Independent Government Estimate (IGE) or against the average mean of the offers received and may be used to set a competitive range if discussions are deemed necessary. 2. TECHNICAL EVALUATION APPROACH. Marble Sample(Pass/Fail) Marble Samples: Finish Dimension within tolerance Material meets ASTM criteria Color/reflectivity standard is met Workmanship free from defects Bonding within specs Boring appropriately sized spaced Qualifications: Personnel Experience: The following key personnel s resume must be included in the quotation/proposal: 1. Inscriber 2. Site Supervisor/Manager 3. Subcontractors if using any 3. PAST PERFORMANCE EVALUATION APPROACH. Offeror shall provide no more than three, recent (within the last 5 years), and relevant Past Performance Questionnaires (Attachment C). Past Performance should be relevant in size, scope, and complexity. Offerors are required to demonstrate within the last five (5) years, successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Contact information provided with referrals shall be reachable by telephone or email. If a referral cannot be reached, offeror will not be evaluated favorably or unfavorably on past performance. The Questionnaires (with top portion completed) shall be submitted in Volume II for (Past Performance). Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror s past performance. The Government reserves the right to determine the relevance of past performance information. If no past performance information is readily available, the Offeror s past performance will be evaluated neither favorably nor unfavorably. 4. SMALL BUISINESS PARTICIPATION PLAN APPROACH. All contractors will be evaluated on the level of small business commitment they demonstrate for this acquisition. Work performed directly by a small business prime contractor will be evaluated as Small Business Participation. A small business is NOT required to subcontract out any portion of the work. This factor gives the small businesses the opportunity to indicate that they will meet small business participation through self-performance, or, in addition to any subcontracting to small businesses. Quotes will be evaluated on the following basis of: (1) The extent to which Small Business firms are specifically identified in quotes;   (2) The extent of commitment to Small Business firms (enforceable commitments, such as established relationships, will be weighted more heavily than non-enforceable ones);   (3) The complexity and variety of the work small firms are to perform;   (4) The extent of utilization of Small Business firms on prior contracts; (5) The evaluation will be based on the total contract dollar value the contractors propose in terms of small business participation; (6) The extent of participation of Small Business concerns in terms of the value of the total acquisition and the extent of which the contractor provides detailed explanations and supporting documentation of the proposed participation percentages, or lack thereof, for this acquisition; and (7) The extent to which contractors identify and commit to small business and historically black college or university and minority institution performance. (8) The Contractor must comply with VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION). TECHNICAL CAPABILITY RATINGS The Small Business Participation Plan shall be evaluated using the acceptable/unacceptable ratings in the areas provided in below. Acceptable/Unacceptable Rating Rating Descriptions Acceptable Small Business Participation Plan quote clearly meets the minimum requirements as instructed. Unacceptable Small Business Participation Plan quote does not clearly meet the minimum requirements as instructed. Questions and Answers Q1. How will unforeseen cost increase beyond the control of the contractor be handled? a. Example, shipping the headstones overseas where there could be hidden cost i.e. tariffs, etc.? A1. For the Federal and State Solicitation, this would concern NON- CONUS cemeteries in states and territories. A2. Candidate contractors should be assured that their offered prices need not will include an allowance for rare, unforeseeable, manmade or natural events (sometimes referred to as Acts of God) that would significantly increase expense (ex. those resulting from terrorism, war, cataclysmic astronomical, geological, or hydrological events, or currently unforeseeable legal requirements for heavy extra taxation, tariffs, licensing, etc. Q2. Would the contractor be allowed to purchase blocks of marble from one of the four (4) Government Approved Quarries, ship the block of marble to Europe to an American owned company, have the blocks cut into blanks and then shipped backed to the states for the final finish and inscriptions A2. All Marble provided shall meet the requirements of the Solicitation 36C78618R0042. All stone shall be obtained from quarries within the United States having adequate capacity and facilities to meet the specified requirements. Cutting and finishing shall be done by a manufacturer equipped to process the material promptly and in accordance with these specifications. Please see Solicitation 36C78618R0042, Section B.4; 4.6 Sources of Supply. The Contractor must meet the requirements for Clause VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) for completing not less than 51% of the work. Q3. The Statement of Work (5.3) states that Lithochrome shall not be used on this contract. However, the sample requests Lithochrome. Please confirm that Lithochrome should be applied to the sample. A3. The first sentence of 5.3 should read: Lithichrome shall not normally be used on inscriptions under this contract; however, when lithichrome is require..." The sample is required to have lithichrome so we can evaluate the suitability of the lithichrome for those cases when it may occassionally be required. Q4. What time frame do you expect from Offer Due Date 1/31/2018 to the Award Date to the Contractor? A4. Award will be determined once evaluations have been completed. Q5. What will be the start up period how much time will you give the contractor to ramp up for delivery? A5. A ramp up period of up to 60 days may be allowed for contractors to meet the specified performance. Q6. Can you provide the average Headstone quantities shipped per purchase order? A6. No, I don t have that information. Q7. In 7.4 page 14 of 73, it states that the Bill of Lading must have the following statements, in case of delivery problems: call (202)-461-4132 or 202-501-2696 for guidance and follow-up notification with email to MPSProgSupport@va.gov. please list all the additional services that the contractor could be required to pay the carrier for related to delivery problems. A7. The Contractor is responsible for providing its information in case of delivery problems on the Bill of Lading. Additional costs may be incurred because: Consignee refuses receipt, Invalid delivery address, holding charges accrued for prolong delays in delivery, Special equipment required for offloading, Destruction, disposal, and documentation for items no longer wanted, port of entry fees for non- CONUS items, special packing, crating, or inspection fees. Q8. In 7.4 Monuments damaged during shipping, it states blanks damaged during transportation. Is that a typo that should say engraved headstones? A8. It was a typo; the word should say headstones during transportation. Q9. In 9.4 Inscription Corrections/Cancellations of Orders, it states that MPS can make changes to orders within (3) calendar days of receipt of order. Due to the extremely short delivery time, it will not be practical to wait three days to begin work on the orders. Will the contractor be compensated for work performed prior to the changes being made during the three-day window? A9. The contractor will only be entitled to invoice and be compensated for completed work that is voided as a result of the change from MPS comes after the 3 calendar days of receipt of order for cancellation as passed. Q10. In E.13 52.212-2 EVALUATION, under Technical Qualifications, it states In order to be considered technically acceptable, proposal must meet the requirements listed in FAR clause 52.212-1 Instructions to Offerors, Additional Information in Section B.4 Statement of Work in this solicitation. The only B.4 that I see is dealing with SBA ACT 8(d)(13) (B) not Additional information. Please clarify. A10. This was a typo, Section B.4 should have been labeled as Statement of Works & B.6 should be SBA ACT 8 (d) (13) (B). Q11. Industry standards over approximately the last 15 years or so have reflected a delivery schedule of 20 days to transfer headstones to the carrier for designated delivery. The normal timeframe from burial of the Veteran to installing the headstone and closing the file is 60 days. However, in Section 3.1 Performance Period, the Solicitation now only provides 15 days total for delivery to the designated cemetery. Please explain the sharp departure from current industry standard, and consider revising to allow a reasonable amount of time to deliver. A11. The National Cemetery Administration is continuing to promote faster delivery of completed monuments. The selected contractor's ability to achieve this goal will be evaluated following award. Q12. Does contracting anticipate the addition of any international cemeteries for delivery? If so, what are the shipping requirements including the delivery term, and who is responsible for any customs tariffs or fees imposed? Also, please consider revising the solicitation to allow the contractor additional time to reasonably account for the headstones to clear customs. A12. This question doesn t apply to 36C78618R0042 National & State Cemeteries requirement for U1 s. Q13. Please explain why the Contracting Officer has designated this as a service contract and why he has chosen Arlington, VA for the prevailing minimum wage as opposed to where the work will be performed? A13. This contract is subject to the following clause 52.222-49 Service Contract Labor Standards-Place of Performance Unknown (May 2014). Please read clause 52.222-49 Service Contract Labor Standards-Place of Performance Unknown (May 2014). The place of performance is unknown at this time. A final wage determination shall be based on the place of performance at time of award. The inscription and delivery services and will account for majority of the contract performance. Q14. Will the VA allow additional charges for costs incurred from unforeseen consequences beyond the control of the Contractor? A14. The Contractor s proposal shall include all necessary costs to perform the services requested. Therefore, all prices shall be all inclusive at time of proposal submission. Q15. The Statement of Work 3.2 (Unit Price) states that the price is all - inclusive and covers the complete inscription ordered, regardless of one or two sides.     In the past, it always stated to expect only 20% to have inscriptions on the back of the stone.   What percentage is expected to have inscriptions on the back of the stones? A15. The price is all inclusive and covers the complete inscription ordered, regardless of one or two sides. Q16. Do the cemeteries on Attachment 1 have contracts for R2 inscriptions? If not would that indicate that the percentage of inscribed front and backs would be greater 20% and closer to 40%? A16. No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618R0042/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618R0042 00001 36C78618R0042 00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4048266&FileName=36C78618R0042-00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4048266&FileName=36C78618R0042-00001000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04802584-W 20180131/180129231024-4603cef42b8b41d848e51661306bff8b (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.