Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

99 -- Marion National Cemetery, Marion, IN, Concrete Grave Liners b/w 4 opts

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;75 Barrett Heights Rd. Suite 309;Stafford VA 5
 
ZIP Code
00000
 
Solicitation Number
VA78610RQ0302
 
Response Due
9/25/2010
 
Archive Date
11/24/2010
 
Point of Contact
Wanza Lewis
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation is issued as a Request for Quotes VA-786-10-RQ-0302. Submit written quotes to be valid for 30 days minimum. Oral Quotes will not be accepted. Offerors must be registered with the Central Contractor Registration (CCR) (www.ccr.gov) before an award can be made to them. This solicitation and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-45. The complete text of any of the clauses and provisions are available electronically from the following sites: https://www.acquisition.gov/Far/ and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. This procurement is issued as a set aside for 100% total small businesses using the NAICS code 327390, with a size standard of 500 employees. If two or more veterans owned businesses submit a response, an award will be made if the price is considered reasonable. Contractor shall furnish, deliver and install prefabricated Concrete Grave Liners at the Marion National Cemetery, 1700 East 38th Street, Marion, IN 46953. Concrete Grave Liners shall be fabricated in strict accordance with GSA Commercial Item Description A-A-30194; Type I, Style I, Liner, Grave, Concrete)(box with flat lid), for a base period of October 1, 2010, through September 30, 2011, with four (4) one-year options to extend the term of the contract. Unit price is all-inclusive and covers the production, transportation, and installation of the concrete graveliners ordered. Base Year (10/01/10 - 09/30/11): CLIN 0001, small liner, (interior dimensions) (58"X20"X18"), 1 ea; CLIN 0002, medium liner, (86"X30"X24"), 25 ea; CLIN 0003, oversize liner, (90"X32"X26"), 2 ea; CLIN 0004, extra large liner, (92"X36"X28"), 1 ea. Option Year 1 (10/01/11- 09/30/12): CLIN 1001, small liner, 1 ea; CLIN 1002, medium liner, 25 ea; CLIN 1003, oversize liner, 5 ea; CLIN 1004, extra large liner, 1 ea. Option Year 2 (10/01/12-09/30/13): CLIN 2001, small liner, 1 ea; CLIN 2002, medium liner, 25 ea; CLIN 2003, oversize liner, 5 ea; CLIN 2004, extra large liner, 1 ea. Option Year 3 (10/01/13-09/30/14): CLIN 3001, small liner, 1 ea; CLIN 3002, medium liner, 25 ea; CLIN 3003, oversize liner, 5 ea; CLIN 3004, extra large liner, 1 ea. Option Year 4: CLIN 4001, small liner, 1 ea; CLIN 4002, medium liner, 25 ea; CLIN 4003, oversize liner, 5 ea; CLIN 4004, extra large liner, 1 ea. The following clauses and provision are incorporated in the solicitation: FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) applies to this acquisition and will be incorporated into any resulting contract. Addendum to FAR Clause 52.212-4: 52.216-18; 52.216-19; 52.216-21; 52.228-5 Insurance - Work on a Government Installation (JAN 1997); SUPPLEMENTAL INSURANCE REQUIREMENTS: In accordance with FAR 28.307-2 and the previous clause, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers; (b) General Liability: $500,000 per occurrences; (c) Automobile liability: $250,000 per person; $500,000 per occurrence and $100,000 property damage; (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. VAAR Clauses: (1) 852,203-70 Commercial Advertising (JAN 2008); (2) 852.237-70 Contractor Responsibilities (APR 1984); (3) 852.273-76 Electronic Invoice Submission (Interim-OCT 2008); (4) 852.270-1 Representatives of Contracting Officers (APR 1984); (5) 852.270-4 Commercial Advertising (NOV 1984) The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2010) apply to this acquisition, specifically the following cited clauses and provisions are applicable: FAR 52.212-3 Offer Representations and Certifications-Commercial Items (AUG 2009). Offerors shall include a completed copy with its quote. FAR 52-212-1, Instructions to Offerors-Commercial Items (JUN 2008) is incorporated by reference and applies to this acquisition. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer unless a written notice of withdrawal is received before award. Addendum to 52.212-1: FAR 52.233-2 Service of Protest (SEP 2006), Mail or handcarry to Department of Veterans Affairs, National Cemetery Administration Centralized Contracting Division, 75 Barrett Heights Road, Suite 309, Stafford, VA 22556; VAAR 852.233-70 Protest Content/Alternative Dispute Remedy (JAN 2008); VAAR 852.233-71 Alternate Protest Procedure (JAN 1998), VAAR 852.273-74. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) apply to this acquisition. (a) The Government will award a firm fixed-price 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. The following factors shall be used to evaluate offers: (i) Technical Capability; (ii) Past Performance; (iii) Price. The award will be made to the offeror with the highest technical/past performance rating with the lowest price. Technical Capability: The offeror must submit evidence of being financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service in their capability statement. Provide at least the following: information on your company's capabilities; years in business; type and age of equipment to be used on the project; key personnel information; training and experiences of personnel/s who will be working this project; the company's experiences in working similar/like type projects and a plan for managing the project; quality assurance plan; subcontractors - their social economic status (i.e. Disable Veteran, Veteran, Small, Large Business, etc) - and percent of work they will perform; number of projects currently active; (ii) Past Performance - Offeror must submit at least 3, no more than 5 references within the last 5 years on projects similar in size, scope and work with the company's name, and point of contac. The Government will award a firm fixed-price 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. Appropriate SCA Wage Determination is applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78610RQ0302/listing.html)
 
Place of Performance
Address: Marion National Cemetery;1700 East 38th Street;Marion, IN
Zip Code: 46953
 
Record
SN02290874-W 20100923/100921235502-09e9c3858c409f61c2b78ebbc96af22f (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.