Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2020 SAM #6803
SOLICITATION NOTICE

99 -- New Contract, one time purchase. To supply blank granite memorial wall markers to California Central Coast Veterans Memorial Cemetery. Subject to the availability of FY20 funds. COR - Ernest Diggs, CO - TBA.

Notice Date
7/13/2020 12:48:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327991 — Cut Stone and Stone Product Manufacturing
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78620Q0301
 
Response Due
7/27/2020 10:30:00 AM
 
Archive Date
08/26/2020
 
Point of Contact
Marcia Hall, Contracting Officer, Phone: 703-630-9342
 
E-Mail Address
marcia.hall@va.gov
(marcia.hall@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q01212 Post Date: 4/24/2020 Question Due Date: 5/1/2020 @ 12:00 pm EST Response Date: 5/8/2020 @ 4:00 pm EST Applicable NAICS: 327991 Product Code: 9930 Set Aside Type: Small Business (SB) Period of Performance: 30 days ARO Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration 18434 Joplin Rd Triangle, VA 22172 Delivery Location: Bay Pines National Cemetery 10000 Bay Pines Blvd, North* Bay Pines, FL 33744 Florida National Cemetery 6502 SW 102nd Avenue Bushnell, FL 33513 DESCRIPTION THIS NOTICE SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ULTIMATELY AWARD A CONTRACT, NOT DOES IT RESTRICT THE GOVERNMENT TO A PARTICULAR ACQUISITION APPROACH. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SUPPLIES AND PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION 36C78620Q0212 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATION (FAR). The National Cemetery Administration is requesting a quote for H1, granite, blank, niche covers to Florida National Cemetery and Bay Pines National Cemetery via FOB Destination, 30 days after receipt of order (ARO). See attached Statement of Work (SOW) for a full description of requirements. NOTICE TO PROSPECTIVE CONTRACTOR(S) Prospective awardees SHALL be registered with SAM at http://www.sam.gov Prior to Award and through final payment, and the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. Contract will not be awarded until SAM registration has been completed. NAICS CODE/SIZE REQUIREMENTS North American Industry Classification System (NAICS) code is 327991 Cut Stone and Stone Product Manufacturing and the size standard is 500 Employees. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. CONTRACT TYPE The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract. SUPPLY PRICE SCHEDULE The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN) below. CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 001 H1, GRANITE, BLANK NICHE COVERS FL National Cemetery 1,700 EA $  $  002 H1, GRANITE, BLANK NICHE COVERS Bay Pines National Cemetery 750 EA $ $ TOTAL ESTIMATED CONTRACT PRICE     DELIVERY INFORMATION See Attachment B, Statement of Work, for the address of where the samples must be delivered to by the due date of this combined synopsis/solicitation. The SOW also provides the delivery address for the items to be ordered and delivered after award. Please note that these addresses are different. PAYMENT All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) B. QUOTATION SUBMITTAL INFORMATION ALL INFORMATION REQUESTED FOR SUBMISSION OF QUOTES SHALL BE SUBMITTED IN ITS ENTIREITY. FAILURE TO SUBMIT ALL INFORMATION REQUESTED UNDER INSTRUCTION TO OFFEROR (52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2017)) OR WITHIN THE STATEMENT OF WORK, SHALL BE DEEMED AS NON-CONFORMING AND WILL NOT BE UNDER FURTHER CONSIDERATION. FAILRURE TO SUBMIT SAMPLES SHALL ALSO RESULT IN YOUR QUOTE BEING DETERMINED TECHNICALLY UNACCEPTABLE AND REMOVED FROM FURTHER CONSIDERATION. ITS IS THE RESPONSIBILITY OF THE OFFEROR TO EXAMINE THIS COMBINED SYNOPSIS/SOLICITATION TO VERIFY THAT HE OR SHE HAS RECEIVED ALL PAGES. IN ADDITION, IN COMPILING THIS PACKAGE, SOME PAGES MAY HAVE BEEN DUPLICATED. IF THE OFFEROR FEELS THAT PAGES ARE MISSING OR DUPLICATED, THE OFFEROR IS ENCOURAGED TO CONTACT THE CONTRACTING OFFICER. IT IS ALSO THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED PROPOSALS ARE PROVIDED IN THE VENDOR PORTAL GUIDE (attached). 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 Contracting Officer, Sarah Poole, at Sarah.Poole1@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 quote submission assistance to the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a quote via Vendor Portal, the Offeror will be considered non-responsive and the E-mail version of the quote will not be accepted. SEE Attached Vendor Guide Contents of Quote Package uploaded to Vendor Portal shall include the following: Signed/dated ALL Amendments. It is recommended to check beta.sam.gov no later than one (1) day prior to the response due date to ensure you are in receipt of ALL Amendments that may have been issued. An approved Sample sent to the MPS team in accordance with the Statement of Work prior to the closing date of this solicitation. Provide all documentation requested in 52.212-1, Instructions to Offerors-Commercial Items (Volume I-III). Quote shall consist of three (3) volumes as explained in paragraph 2.c below. The Volumes are I Price Schedule, Volume II Technical-Literature Review, and Volume III- Certifications & Representations. QUOTATION FORMAT, PACKAGING, & CONTENTS 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. 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. File Packaging. All the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Quoters are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume Number Factor File Name Page Limitations* Volume I Price Schedule (Company Name) Price.xls None Volume II Technical: Literature Review (Company Name) Technical.pdf 50 Volume III 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 quote will not be evaluated by the Government. VOLUME I- PRICE The Price Quote does not have a page limitation; however, Contractor s quotes shall provide detailed information that provides a list of prices. The quote shall conform to SUPPLY SCHEDULE OF PRICES on page 3. The contractor s price quote must be separated from the technical submittal. The contractor shall propose firm-fixed price. The quotes that fail to furnish the required information or reject the terms and conditions of the RFQ may be excluded from further consideration. VOLUME II TECHNICAL Quoters shall propose a detailed approach that addresses the following: Quoters shall provide a written document on meeting the requirements presented in the Product Description, including any innovative processes and/or procedures. Descriptive Literature: Descriptive literature must be identified and highlighted to show the appropriate model and type and all component items for functions offered and clearly show that the item(s) offered are following the salient characteristics. The offeror may supplement the descriptive literature with a written technical document if the literature does not sufficiently demonstrate product compliance with the requirements. Descriptive Literature, as used in this RFQ, means information (including, but not limited to, cuts, illustrations, drawings, service manuals, and brochures) that is submitted as part of a quotation. Descriptive literature is required to verify for evaluation and establishment, details of the product offered that are specified in the salient characteristics. To be technically acceptable, descriptive literature (1) shall be identified and highlighted to show the item(s) of the offer to which it applies and (2) shall show the appropriate model and type and all component items for functions offered (if applicable) and (3) shall demonstrate that all quoted products are following all the salient characteristics. This descriptive literature must be received by the Government by the time specified in this RFQ for receipt of quotations. VOLUME III - OFFER AND AWARD Certifications and Representations - An Acrobat PDF file shall be created to capture the signatures for submission. Please see the Clauses/Provisions section of this document for further guidance. 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 Acknowledgement of Amendments, if any. Any proposed exceptions to solicitation terms and conditions NOTE: Quoters 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 quote Unacceptable, and thus ineligible for award. QUOTATION EVALUATION This combined synopsis/solicitation is being issued as a Small Business (SB) set aside. The Government will award a single contract resulting from this Combined Synopsis/Solicitation to the responsible offeror with the Lowest Price Technically Acceptable offer. This means that the offeror with the lowest evaluated price, meeting or exceeding the acceptability standards for non-cost factors will receive the award. The non-cost factor used to evaluate offers is: Technical Excellence In order to be considered a technically acceptable offeror, the offeror must submit a sample in accordance with the requirements of Attachment A: Statement of Work (SOW), and be deemed acceptable based on the sample review requirements (see Attachment B: Sample Review Document). CLAUSES/PROVISIONS FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) /Effective Date: 2020-04 and are available in full text through Internet access at http://www.acquisition.gov/far. The following clauses apply to this acquisition: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):  http://www.acquisition.gov/far/index.html                     http://www.va.gov/oal/library/vaar/       FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 VAAR 852.203-70 COMMERCIAL ADVERTISING MAY 2018 VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE JUL 2018 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2018 VAAR 852.246-71 REJECTED GOODS OCT 2018 The Clause at 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS () applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(14), (b)(22), (b)(26), (b)(27), (b)(30)(i), (b)(33)(ii),(b)(42), (b)(47), (b)(49), and (b)(55). (End of Addendum to 52.212-4) The following solicitation provisions apply to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) (End of Addendum to 52.212-1) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (DEC 2019) Offerors shall complete annual representations and certifications electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. Only paragraph (b) of this provision needs to be completed if the Offeror has completed the annual representations and certification electronically in SAM. If the Offeror has not completed the annual representations and certifications electronically in SAM, the Offeror shall complete only paragraphs (c) through (v) of this provision. ATTACHMENTS
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/854c2b1e833a4bb7bdfb9e39219060b1/view)
 
Place of Performance
Address: California Central Coast Veterans Cemetery 2900 Parker Flats Cut Off Road, Seaside 93955, USA
Zip Code: 93955
Country: USA
 
Record
SN05719552-F 20200715/200713230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.