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 -- materials and labor required for burial operations at Fort Snelling National Cemetery. Subject to the availability of FY18 funds. Please make base year plus 4-5 option years - Attachment

Notice Date
1/29/2018
 
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
36C78618Q0146
 
Response Due
2/19/2018
 
Archive Date
4/20/2018
 
Point of Contact
Sheryl Palacio-Davis
 
Small Business Set-Aside
Total Small Business
 
Description
FORT SNELLING NATIONAL CEMETERY, MN Page 2 of 3 This Pre-Solicitation Notice is a 100% Set-Aside for Small Business (SB), that The National Cemetery Administration is soliciting offers under Solicitation Number 36C78618Q0146 for Fort Snelling National Cemetery, located at: Fort Snelling National Cemetery 7601 34th Avenue, South Minneapolis, MN 55450-1199 Classification Code (NAICS) is 327390 (Other Concrete Product Manufacturing), Size Standard is 500 employees. Contractor shall furnish Type I Concrete, Style 1 Grave liners with separate lid to Fort Snelling National Cemetery (FSNC), 7601 34th Avenue, South, (Hwy. 494 and 34th Avenue South), Minneapolis, MN 55450, in accordance with all specifications, terms and conditions of this contract. Grave liners shall be delivered and installed when directed by the Contracting Officer s Representative (COR), or his/her designee. Pricing shall include, Delivery, Transportation of Caskets from Committal shelters to gravesite prior to interment, Installation, and removing the lid on a pre-placed crypt and/or grave liner and placing cover on pre-placed crypt and/or grave liners upon completion of interment. Miscellaneous Transportation Cost, for Transporting Caskets from Committal Shelter to Gravesite, for Interment, WILL NOT BE DOUBLED CHARGED by ADDING for the Delivery and Installation Prices for CLIN 1 Through CLIN 5 (Delivery & Installation). Miscellaneous Transportation Cost, for Transporting Caskets (s) to the Gravesite, for Interment will be charged Per Interment Schedule, regardless of the number of transport on the Interment Scheduled Day; A One Time Flat Fee will be invoiced. All Grave liners shall be fabricated in accordance with Federal Specifications and Commercial Item Description (CID) No. A-A-30194, dated July 26, 1993 (Attachment A). INTENT OF PROJECT Contractor shall provide grave liners for all casket burials whenever a preplaced crypt is not being used or the next of kin does not furnish an outside container. Preplaced crypts, grave liners and vaults shall be used for all casketed interments. Grave liners shall be delivered FOB destination within consignee premises and installed two (2) hours prior to scheduled interment time. INSIDE DIMENSIONS SMALL LINER 58"L X 20"W X 18 D MEDIUM LINER 86"L X 30"W X 26"D OVERSIZE LINER 92"L X 36"W X 29"D EXTRA LARGE LINER 96"L X 36"W X 30"D EXTRA EXTRA (XXL) LARGE LINER 96 L X48 ½ W X 40 D Metric Products: Products manufactured to Metric Unit dimensions (centimeters / kilograms / metric ton) will be conducted on an equal basis with those manufactured to Imperial Unit dimensions (inch / pound) units, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this document are met. (Note: If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch-pound units, a request will be made to the Contracting Officer, in conjunction with the COR, who will accept or reject the product). GENERAL REQUIREMENTS: It shall be the Contractor's responsibility to: Keep pace with the grave liner requirements of the Fort Snelling National Cemetery in presenting grave liners Remain near excavation crews as directed and required by National Cemetery policy; Remain on station until grave covers are in place. DELIVERY, STORAGE AND REJECTION Delivery: The Contractor shall be required to deliver and unload a varying number of units per day at a site to be determined by the COR, Cemetery Director, or his/her designee; the theoretical daily maximum is Twenty-nine (29) units while a historic daily estimate is 7-10 units. Orders may be communicated until 12 p.m. (noon) for next-day delivery and installation, although all attempts will be made to provide the Contractor a 48-hour notice of new orders or changes to pending orders. The next day s interment schedule will be available to the Contractor at the Maintenance Building at 4:15 p.m. each day. The normal hours of interment operations, for purposes of installation of grave liners is 8:00 a.m. through 4:00 p.m. Note: When a Federal holiday falls on a Monday or Friday, then Saturday, Sunday or holiday deliveries and installations may be required (approximately 4 times per year). Packaging & Marking: The Contractor shall palletize grave liners or otherwise prepare for shipping in accordance with the Commercial Item Description (CID) No. A-A-30194 (See Attachment A). Grave liners and lids shall be marked in accordance with the CID. (See Inscriptions). Date of manufacture shall be inscribed on the side or the end of the box and lid. Storage: The Contractor shall store a maximum of twenty (20) units, one (1) XXL unit, one (1) XL unit, five (5) large units, ten (10) medium units, and three (3) small units on the Cemetery grounds at a site determined by the COR, Cemetery Director or his/her designee. Rejection: The Contractor shall remove all damaged or rejected units, without exception, from the Cemetery grounds by the end of each week. All rejected units shall be indicated (marked in such a manner), as mutually agreed upon by the Contractor and the COR or Cemetery Director. ATTENTION ALL OFFERORS: Offers received from concerns that are not Small Business (SB) concerns shall not be considered. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. Evaluation Criteria for this award will be in the following order: The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Past Performance; (2) Technical Qualifications; and Price. Past performance and technical, when combined, are significantly more important than price. Evaluation criteria for this award will be Lowest Price Technically Acceptable (LPTA). Award will be made to the vendor whose price is lowest amongst all Quoters provided and is deemed to be technically acceptable. Having the lowest price does not automatically constitute the premise for award. If your Quote is the lowest price, but your product does not meet the salient characteristics as set forth in the Solicitation, Statement of Work (SOW), and SPECS, you will not be awarded the contract. Note to Offerors: These specifications are required to be included in the Quote. Failure to furnish them will result in your offer being removed from consideration. Electronic solicitations will be available for download from Federal Business Opportunities (FedBizOpps) at http://www.FedBizOpps.gov on or before 29 January 2018. No paper copies will be issued. Offerors are advised that they are also responsible for obtaining and signing/dating ALL Amendments to the solicitation which will be available at FedBizOpps. (Solicitation posting, to FBO, date is subject to change as necessary and an Amendment to this Pre-solicitation will be posted if the date changes). Quotes are due on 19 February 2018 at 2:00 P.M. EST. All Quotes shall be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov 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 Quotes through the Vendor Portal domain, prior to the solicitation closing date, contact the VAAS helpdesk at 1-877-634-3739, or via E-mail at VA.Acquisition.Systems@va.gov Submission of Quotes through E-mail will NOT be accepted. Quotes transmission/uploads shall be completed by the date/time specified in the SOLICITATION. Late or incomplete Quotes will not be considered. No telephone requests/questions will be accepted. Any questions for this PRE-Solicitation only should be sent via E-mail to Sheryl.palacio-davis@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0146/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0146 36C78618Q0146_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4046166&FileName=36C78618Q0146-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4046166&FileName=36C78618Q0146-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Fort Snelling National Cemetery;7601 34th Avenue, South;Minneapolis, MN 55450-1199
Zip Code: 55450
 
Record
SN04802967-W 20180131/180129231252-e8232e7230f4df5171b52a264d797d57 (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.