Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2007 FBO #1934
MODIFICATION

83 -- INTERMENT FLAGS

Notice Date
3/12/2007
 
Notice Type
Modification
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Acquisition Operations Service (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-07-RQ-0179
 
Response Due
3/21/2007
 
Archive Date
4/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Title: Interment Flags Request for Quote (RFQ) #: VA-101-07-RQ-0179 is hereby amended as follows: By reason of this amendment, the deadline for quote submissions is extended to 4:00 PM EST Wednesday, March 21, 2007. The original solicitation for this requirement restricted competition only to those offerors who have successfully provided Interment Flags to the Department on previous awards. This amendment removes that requirement. Toward that end, all responsible small business sources may submit a quotation in response to this solicitation. Offerors who submitted responses to RFQ#: VA-101-07-RQ-0048 are authorized to resubmit their original quotes as long as the capacity increase required by this solicitation is clearly addressed in the technical quote submission. Questions/Quotes provided in email submissions shall include the Offeror Name, Response to RFQ#: VA-101-07-RQ-0179. Offerors responding to this solicitation who have not successfully previously provided Interment Flags to the Department shall include a bid sample (one flag) conforming to the specification for the Interment Flag as part of the technical volume submission. The bid sample will be tested to assess the offeror's technical capability. Bid samples will not be returned. The standards for acceptability are included in Section 3.2 Bid Samples of the Commercial Item description (Attachment 1 to the original solicitation). Bid samples shall be received NLT 4:00 PM EST Wednesday, March 21, 2007. Bid Samples shall be delivered to the attention of George Moore at the following address: Department of Veterans Affairs Hines Service and Distribution Center First Avenue (1 block north of 22nd Street) Hines, IL 60141 All awards made under this solicitation shall be Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. For each contract awarded the contract minimum shall be 10,000 Interment Flags and the contract maximum shall be 172,014. As in the original solicitation, the contracts resulting from this RFQ require delivery on the 15th government working day (if weekend or holiday, the next business day) of each month to the delivery destination identified. The period of performance for each awarded IDIQ shall be six months. Commercial Item specification addendums: a) Each flag shall be neatly folded and individually packaged in a new corrugated cardboard carton (of any color) of appropriate size and design and of a sufficient strength so that it can be used as a mailing container without additional wrapping or reinforcing. Currently, flags are shipped six to a carton in cardboard cartons. b) Cartons shall be secured with either gummed paper tape or clear 2" box sealing tape. Technical quote submissions shall address the following areas: Identify the place of performance where the flags will be manufactured and what functions the Offeror will perform. The Offeror must address its ability to manufacture the interment flag as specified in the commercial item description in detail including but not limited to: personnel, training, equipment, facilities and financial resources. The Offeror must address the means to furnish the required monthly requirement of flags to the delivery destination in detail including but not limited to such issues as: materials inventory and/or availability, production/operating capability and shipping. The Offeror must identify and furnish detailed information on supply/service availability from first and second tier suppliers of finished material, flag weaving and embroidery, if any as well as what assistance suppliers will be providing (if any), conditions of support, supply/material availability and lead times. The Offeror must affirmatively state that the furnished flags will conform to the modified commercial item description included with the RFQ; the public law (PL 105-261 section 1073); and the non-manufacturer rule (FAR 19.001). The Offeror must provide the rationale as to why it believes it is compliant. Award shall be made to the responsible offeror whose quote, conforming to the request for quotation, is the most advantageous (best value). The evaluation factors are listed in descending order of importance as follows: technical capability, past performance and price. Technical capability shall be assessed using the results of the bid sample evaluation, technical criterion identified in item 6 and past performance. Past performance shall be evaluated. In conducting the past performance assessment, the Government may use data obtained from other sources as well as from the quote. The evaluation will examine the offeror's actual performance on supplying similar flags and items and the relevance to the DVA interment flag procurement. The Government may contact some or all references provided by the offeror. Past performance information will be obtained through one or more of the following: Government past performance databases; references supplied by the offeror; and other sources of past performance information known to the Government, including commercial sources. Past performance will assess the offeror's performance history with its customers for the same or substantially the same government/commercial item (flags) manufactured from the same material and of substantially the same quality. Additional Clauses: This amendment removes the clauses at FAR 52.219-17 Section 8(a) Award (DEC 1996) and 52.219-18 Notification of Competition Limited to Eligible 8(a) Concerns (JUNE 2003). FAR 52.219-7 Notice of Partial Small Business Set-Aside (JUNE 2003) is removed and replaced with FAR 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003). FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) is removed and replaced with FAR 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999). VAAR 852.214-73   Bid Samples (SEPT 1993) Any bid sample(s) furnished must be in the quantities specified in the solicitation and plainly marked with the complete lettering/numbering and description of the related bid item(s); the number of the Invitation for Bids (Request for Quotation); and the name of the bidder submitting the bid sample(s).   Cases or packages containing any bid sample(s) must be plainly marked "Bid Sample(s)" and all charges pertaining to the preparation and transportation of bid sample(s) must be prepaid by the bidder.  Bid sample(s) must be received at the location specified in the solicitation by the time and date for receipt of bids. VAAR 852.270-4   Commercial Advertising (NOV 1984) The Contractor shall not advertise the award of this Contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) FAR 52.216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from TBD through TBD. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 100, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 28,669; (2) Any order for a combination of items in excess of 28,669; or (3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 Indefinite Quantity (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after TBD. (End of Clause) FAR 52.216-27 Single or Multiple Awards (OCT 1995) The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. (End of Provision) Except as provided herein, all terms and conditions of the solicitation document remain unchanged and in full force.
 
Record
SN01248951-W 20070314/070312220329 (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.