Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2018 FBO #6193
DOCUMENT

99 -- National Cemetery Administration - Gold Star Plaques Initiative - Tiered Evaluation - Attachment

Notice Date
11/5/2018
 
Notice Type
Attachment
 
NAICS
327991 — Cut Stone and Stone Product Manufacturing
 
Contracting Office
DEPARTMNET OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACTING SERVICES;75 BARRETT HEIGHTS RD. SUITE 309
 
Solicitation Number
36C78619Q0057
 
Response Due
11/23/2018
 
Archive Date
2/21/2019
 
Point of Contact
Kellyann Bruno
 
E-Mail Address
nn.bruno@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Tiered Evaluation Solicitation Number: 36C78619Q0057 Title: NCA Gold Star Bronze Plaques Post Date: 11/05/2108 Original Response Date: 11/23/2018 at 12:00 pm Applicable NAICS: 327991 Classification Code: 9905 Set Aside Type: Service Disabled Veteran Owned Small Business Period of Performance: Date of Award TBD ARO Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration Contracting Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Attachments: A Gold Star Plaque Sign Specifications/Drawings B Example Flag C Cemetery Address List for Plaque Delivery D List of References E Vendor Portal Instructions This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0057. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective October-26-2018 This is a 100% set-aside for Service Disabled Veteran Owned Small Business. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The applicable North American Industrial Classification System (NAICS) code for this procurement is 327991, with a business size standard of 500 employees. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract. SCOPE OF WORK: The contractor shall be responsible for providing the material, manufacturing and delivery of 150 bronze plaques to be displayed at Department of Veterans Affairs National Cemeteries to honor the sacrifice of America s Veterans. The plaque shall measure at approximately 16 by 13 and have raised lettering and the image of a folded flag. The plaque shall include an ability to be mounted at a 30-degree angle to an approximately 2 x2 painted metallic post, also provided through this contract. The vendor should provide at least two (2) and up to five (5) professional renderings of options of the final product with the proposal. Proposed design should include mounting of plaque design as well. Designs may include color as long as the final product will be guaranteed to withstand harsh environments at each of the National Cemeteries found across the entire country. See Attachment A for additional specifications and notational drawings. Vendor should propose their depiction of a folded flag. After a design is selected by the government, perhaps with suggested comments or changes, the vendor shall provide one sample casting with mounting pole prior to mass production delivered to: Department of Veterans Affairs Attn: Richard Chandler, Room 410 811 Vermont Ave, NW Washington, DC 20420 Sample casting, mount, and pole shall be delivered within 12 calendar days of the award of the contract. Proposal shall also include the timeline to manufacture the 150 plaques, packaging and deliver plan, warranty information. 136 plaques shall be delivered directly to each Cemetery as listed in Attachment C Cemetery Address List for Plaque Delivery. The remaining 14 will be delivered to Veterans Affairs Headquarters at the same address (listed above) that the sample was delivered to. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete the work as mentioned in the Scope section above. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN). Offerors shall enter the unit price and total amount for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Period of Performance TBD Days ARO CLIN DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE 0001 150 Bronze Plaques (to include mounting pole and delivery) 150 EA $__________ $___________ TOTAL COST: $____________________ INSTRUCTIONS TO OFFERORS: Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 11/23/2018. All questions regarding this solicitation are to be submitted to the contracting officer, via email and will not be addressed using the telephone. Responses to this announcement will result in a Firm-Fixed Price Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Proposal Format and Submission Information: Offers must be submitted on company letterhead. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Pricing shall be submitted as requested in the Schedule of Supplies/Services Technical Package for Evaluation List of References (Attachment D) All proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. Please go to the VA eCMS Vendor Portal website 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 a proposal through the Vendor Portal, prior to the proposal closing date and time, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of proposals by email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Proposals will not be considered. EVALUATION PROCESS: The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Past Performance SDVOSB Status verification in CVE PROPOSAL CONTENTS: Pricing shall be submitted as requested in the Schedule of Supplies/Services. Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Past Performance. The offeror is responsible for providing three (3) references of their choosing. The references chosen by the offer should be selected based on past projects of the same or similar work. The completed list of references shall be included with the offeror s proposal submission. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) FAR 52.216-1 TYPE OF CONTRACT (APR 1984) FAR 52.233-2 SERVICE OF PROTEST (SEPT 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) VAAR 852.215-70 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) (15 DAYS) FAR 52.222-41, SERVICE CONTRACT LABOR STANDARDS (AUG 2018) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) (29 U.S.C. 206 AND 41 U.S.C. CHAPTER 67) (MAY 2014) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Apr 2018) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) ATTACHMENTS: Attachment A Gold Star Plaque Sign Specifications/Drawings Attachment B Example Flag Attachment C Cemetery Address List for Plaque Delivery Attachment D List of References Attachment E Vendor Portal Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0057/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78619Q0057 36C78619Q0057.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668708&FileName=36C78619Q0057-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668708&FileName=36C78619Q0057-000.docx

 
File Name: 36C78619Q0057 Attachment A - Gold Star Plaque Sign Specs.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668709&FileName=36C78619Q0057-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668709&FileName=36C78619Q0057-001.pdf

 
File Name: 36C78619Q0057 Attachment B - Example.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668710&FileName=36C78619Q0057-002.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668710&FileName=36C78619Q0057-002.jpg

 
File Name: 36C78619Q0057 Attachment C - Cemetery Address List for Delivery.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668711&FileName=36C78619Q0057-003.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668711&FileName=36C78619Q0057-003.xlsx

 
File Name: 36C78619Q0057 Attachment D - List of Referrences.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668712&FileName=36C78619Q0057-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668712&FileName=36C78619Q0057-004.pdf

 
File Name: 36C78619Q0057 Attachment E - ECMS Vendor Portal Guide.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668715&FileName=36C78619Q0057-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4668715&FileName=36C78619Q0057-005.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05143080-W 20181107/181105230518-6c291c28f415cf58fa2d219aaa725237 (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.