Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2019 FBO #6486
SOLICITATION NOTICE

35 -- FY19 New - Midwest District - Ohio Western Reserve Natl Cemetery - Holland Supply supplies various equipment and supplies to OWRNC. Sole Source Justification attached. IDIQ contract. SOW, estimate and IGCE attached.

Notice Date
8/25/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Contracting Services;18434 Joplin Road;Triangle VA 22172
 
ZIP Code
22172
 
Solicitation Number
36C78619Q0478
 
Response Due
8/30/2019
 
Archive Date
9/19/2019
 
Point of Contact
703-630-9334
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, 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. The Government intends to make award under this announcement 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. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov 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 North American Industry Classification System (NAICS) code is 453998 with a size standard $8M Quote Submissions Information: Quotes are due by 30 August 2019 at 2:00 PM Eastern Standard Time (EST). Contact the following individuals for information concerning this solicitation: NOTE: Written quotes will not be accepted. Only emailed quotes will be accepted. Sarah Poole; Sarah.poole1@va.gov Mary Accomando, mary.accomando@va.gov Requirements: Supplies: NCA, Midwest District has a need or various cemetery equipment and supplies. Delivery locations are attached as a separate document. All Pricing shall be FOB Destination. BPA Call Limit: $250,000.00 Period of Performance: 01 Oct 2019 30 Sep 2020 FSC Codes: 3695 Blanket Purchase Agreement Schedule Clauses (IAW FAR 13.303-2 and 13.303-3) 1. Description of Agreement The contractor shall furnish supplies and service, if and when requested by the Contracting Officer or the authorized representative of the Contracting Officer during the period specified in the clause below entitled Period of Performance. Purchases (which may be referred to as calls) made hereunder may be written or oral. Such calls shall include a description of the supplies or services being ordered; prices therefore; delivery schedule; FOB point; place of inspection and acceptance; preservation, packing and marking requirements; designation of appropriations chargeable together with such other specifics covered elsewhere herein. Supplies and services will be identified on individual purchases issued in accordance with the paragraph above. New Equipment/supplies only. NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 14 Calendar days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. 2. Extent of obligation The government is obligated only to the extent of authorized calls actually placed against this BPA. 3. Purchase Limitation No individual call under this agreement shall exceed $250,000. For authorized calls utilizing the Government Purchase Card, the dollar limit for each call shall be $10,000. 4. Individuals Authorized to Place Calls A list of names of individuals authorized to place calls under this agreement will be provided by the Contracting Officer. Only individuals listed on the aforementioned letter are authorized to make calls against this agreement. Calls received by the Contractor from personnel not listed as authorized personnel shall not be honored. The Contractor should notify the Contracting Officer anytime an unauthorized individual tries to place a call against this agreement. 5. Delivery Tickets All shipments under this agreement, except those for newspapers, magazines or other periodicals, shall be accompanied by delivery tickets or sales slips which shall contain the following minimum information: (i) Name of supplier (ii) Blanket Purchase Agreement number (iii) Date of Purchase (or Call) (iv) Purchase (call) number (v) Itemized list of supplies or services furnished (vi) Quantity, unit price and extension of each item, less applicable discount (unit prices and extensions need not be shown when incompatible with the use of automated systems: provided, that the invoice is itemized to show this information) and (vii) Date of delivery or shipment. 6. Invoices A summary invoice shall be submitted at least monthly or upon expiration of this BPA whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value and supported by receipt copies of the delivery tickets. The authorized funding and methods of payment on this BPA shall be with the SF1449, BPA Call order and the Government Purchase Card (GPC). The BPA Call Order Number obligation and/or GPC card number (last 4 digits) shall be identified on all invoices. 7. Period of Performance The period of this BPA shall not exceed five (5) years from the date of award. 8. This agreement may be discontinued and/or canceled upon 30 days written notice by either party. 9. Contract Administration Data Any Contracting Officer with the National Cemetery Administration may place an order against this BPA. Once a BPA Call order is established the cemetery shall request supplies on an as-needed basis and shall may payment to the contractor citing the obligation number from the BPA Call order. The Cemetery shall not place orders nor shall the Contractor accept orders that exceeds the funding authorized on the written BPA Call order. 10. Payment Instructions Payments for supplies ordered under this BPA shall be paid by Government Purchase Card citing the obligation number provided to the Cemetery. CLIN ITEM UNIT OF ISSUE UNIT 0001 FRIGID SP MASTER LOWERING DEVICE WITH PLACERS #4901 EA $ 0002 FRIGID SUPERIOR LOWERING DEVICE WITH PLACERS (SHIPPING INCLUDED) EA $ 0003 33C1000 AEON CASKET CARRIAGE /W DRAPE(GREEN) BRAND NAME ONLY EA $ 0004 32CC35P AEON REPLACEMENT PNEUMATIC TIRES EA 0005 HAND LOWERING STRAPS, STANDARD LENGTH 20 EA $ 0006 LOWERING DEVICE STRAPS, 35 GREEN OR BLACK EA $ 0007 LOWERING DEVICE STRAPS, 30 GREEN OR BLACK EA $ 0008 LOWERING DEVICE STRAPS, 25 GREEN OR BLACK EA $ 0009 LOWERING DEVICE STRAPS, 22 6 GREEN OR BLACK EA $ 0010 LOWERING DEVICE STRAPS, 20 GREEN OR BLACK EA $ 0011 LOWERING DEVICE STRAPS, 17 6 GREEN OR BLACK EA $ 0012 LOWERING DEVICE STRAPS, 15 GREEN OR BLACK EA $ 0013 LOWERING DEVICE DRAPE GREEN OR BLACK EA $ 0014 D/2 BIOLOGICAL SOLUTION (5 GALLON CONTAINER) BRAND NAME ONLY EA $ 0015 ALTURNA MATS GRASS MATS 3 X8 CLEAR CM38 EA $ 0016 ALTURNAMAT LAWN BOARD, 3'X8' CLEATS ON BOTH SIDES BLACK AM38 EA 0017 TEMPORARY GRAVE MARKERS #101 CROWN MARKER TILTED (GRAY) 25 PER CASE CS $ 0018 NOVELTY MFG PLASTIC VASES - GREEN STOCK#05071 36 PER CASE CS $ All Pricing shall be FOB Destination. Dist State Cemetery Office Number Physical Address Mailing Address MWD IL Abraham Lincoln National Cemetery (815) 423-9958 20953 W. Hoff Road Elwood, IL 60421 20953 W. Hoff Road Elwood, IL 60421 MWD IL Confederate Mound Plot   Oaks Woods Cemetery 1035 E 87th St Chicago, IL 60637 27034 South Diagonal Road Elwood, IL 60421 MWD WI Wood National Cemetery   5000 West National Avenue Building 1301 Milwaukee, WI 53295-4000 5000 West National Avenue Building 1301 Milwaukee, WI 53295-4000 MWD WI Forest Hill Soldier Lot   One Speedway Road Madison, WI 53705 5000 West National Avenue Building 1301 Milwaukee, WI 53295-4000 MWD WI Forest Home Soldier Lot   2405 West Forest Home Avenue Milwaukee, WI 53215 5000 West National Avenue Building 1301 Milwaukee, WI 53295-4000 MWD WI Fort Crawford Soldier Lot   413 South Beaumont Road Prairie du Chien, WI 53821 5000 West National Avenue Building 1301 Milwaukee, WI 53295-4000 MWD WI Fort Winnebago Soldier Lot   Highway EE Portage, WI, WI 53901 5000 West National Avenue Building 1301 Milwaukee, WI 53295-4000 MWD WI Mound WI Soldier Lot   1147 West Boulevard Racine, WI 53405 5000 West National Avenue Building 1301 Milwaukee, WI 53295-4000 MWD IL *Urban Initiative (Chicago)       MWD SD Black Hills National Cemetery (605) 347-3830 20901 Pleasant Valley Drive Sturgis, SD 57785 20901 Pleasant Valley Drive Sturgis, SD 57785 MWD SD Fort Meade National Cemetery   Old Stone Rd Sturgis, SD 57785 20901 Pleasant Valley Drive Sturgis, SD 57785 MWD SD Hot Springs National Cemetery   VA Medical Center Hot Springs, SD 57747 VA Medical Center Hot Springs, SD 57747 MWD IL Camp Butler National Cemetery (217) 554-4550 5063 Camp Butler Road Springfield, IL 62707 5063 Camp Butler Road Springfield, IL 62707 MWD IL Danville, IL National Cemetery   1900 East Main Street Danville, IL 61832 20953 W. Hoff Road Elwood, IL 60421 MWD IN Woodlawn Monument Site   North 3rd Street and 4th Avenue Terre Haute, IN 47802 27034 South Diagonal Road Elwood, IL 60421 MWD OH Dayton National Cemetery (937) 268-2221 4400 W. Third Street Dayton, OH 45428 4400 W. Third Street Dayton, OH 45428 MWD OH Camp Chase Confederate Cemetery   2900 Sullivant Avenue Columbus, OH 43204 4100 W. Third Street Dayton, OH 45428-1088 MWD IN Marion National Cemetery   VA Medical Center 1700 East 38th Street Marion, IN 46952 VA Medical Center 1700 East 38th Street Marion, IN 46952 MWD IN Crown Hill National Cemetery   700 West 38th Street Indianapolis, IN 46208 VA Medical Center 1700 East 38th Street Marion, IN 46952 MWD IN *Urban Initiative (Indianapolis)       MWD IN Crown Hill Confederate Plot   700 West 38th Street Indianapolis, IN 46208 VA Medical Center 1700 East 38th Street Marion, IN 46952 MWD MI Fort Custer National Cemetery (269) 731-2338 15501 Dickman Road Augusta, MI 49012 15501 Dickman Road Augusta, MI 49012 MWD MN Fort Snelling National Cemetery (612) 726-1127 7601 34th Avenue, South Minneapolis, MN 55450-1199 7601 34th Avenue, South Minneapolis, MN 55450-1199 MWD ND *Rural Initiative (Fargo)       MWD WI *Rural Initiative (Rhineland)       MWD MI Great Lakes National Cemetery (414) 491-9860 4200 Belford Road Holly, MI 48442 4200 Belford Road Holly, MI 48442 MWD MI Fort Mackinac Post Cemetery   Mackinac State Park Mackinac Island, MI 49757 4200 Belford Road Holly, MI 48442 MWD MI Lakeside Soldier Lot   3781 Gratiot Street Port Huron, MI 48060 4200 Belford Road Holly, MI 48442 MWD MO Jefferson Barracks National Cemetery (314) 845-8320 2900 Sheridan Road St. Louis, MO 63125 2900 Sheridan Road St. Louis, MO 63125 MWD IL Alton National Cemetery   600 Pearl Street Alton, IL 62002 2900 Sheridan Road St. Louis, MO 63125 MWD MO Jefferson City National Cemetery   1024 E. McCarty Street Jefferson City, MO 65101 2900 Sheridan Road St. Louis, MO 63125 MWD IL Mound City National Cemetery   Highway Junctions 37 and 51 Mound City, IL 62963 2900 Sheridan Road St. Louis, MO 63125 MWD MO Springfield National Cemetery   1702 East Seminole Street Springfield, MO 65804 1702 East Seminole Street Springfield, MO 65804 MWD IL North Alton Confederate Cemetery   635 Rozier Street Alton, IL 62003 2900 Sheridan Road St. Louis, MO 63125 MWD KS Leavenworth National Cemetery (913) 727-1376 150 Muncie Road Leavenworth, KS 66048 150 Muncie Road Leavenworth, KS 66048 MWD KS Fort Leavenworth National Cemetery   395 Biddle Blvd Fort Leavenworth, KS 66027 150 Muncie Road Leavenworth, KS 66048 MWD KS Fort Scott National Cemetery   900 East National Avenue Fort Scott, KS 66701-2974 150 Muncie Road Leavenworth, KS 66048 MWD KS Baxter Springs Soldier Lot   Baxter Springs Baxter Springs, KS 66713 150 Muncie Road Leavenworth, KS 66048 MWD NE Forest Lawn Soldier Lot   7909 Mormon Bridge Road Omaha, NE 68112 150 Muncie Road Leavenworth, KS 66048 MWD KS Mound City Soldier Lot   Mound City, KS 66506 150 Muncie Road Leavenworth, KS 66048 MWD MO Union Confederate Monument Site   227 E. 28th Street Terrace Kansas City, MO 64108 150 Muncie Road Leavenworth, KS 66048 MWD OH Ohio Western Reserve National Cemetery (330) 335-3069 Ext 105 10175 Rawiga Rd. Seville, OH 44273 10175 Rawiga Rd. Seville, OH 44273 MWD OH Confederate Stockade Cem   Johnson's Island Sandusky, OH 44870 10175 Rawiga Rd. Seville, OH 44273 MWD OH Woodland Soldier Lot   6901 Woodland Avenue Cleveland, OH 44104 10175 Rawiga Rd. Seville, OH 44273 MWD NE Omaha National Cemetery (402) 253-3949 14250 Schram Road Omaha, NE 68138 14250 Schram Road Omaha, NE 68138 MWD NE Fort McPherson National Cemetery   12004 S. Spur 56A Maxwell, NE 69151-1031 12004 S. Spur 56A Maxwell, NE 69151-1031 MWD IL Rock Island National Cemetery (309) 430-5928 Rock Island Arsenal Bldg. 118 Rock Island, IL 61299 Rock Island Arsenal Bldg. 118 Rock Island, IL 61299 MWD IA Keokuk National Cemetery   1701 J Street Keokuk, IA 52632 Rock Island Arsenal Bldg. 118 Rock Island, IL 61299 MWD IL Quincy National Cemetery   36th and Maine Street Quincy, IL 62301 Rock Island Arsenal Bldg. 118 Rock Island, IL 61299 MWD IA Oakdale Soldier Lot   2501 Eastern Avenue Davenport, IA 52807 Rock Island Arsenal Bldg. 118 Rock Island, IL 61299 MWD IL Rock Island Confederate Cemetery   Rodman Avenue Rock Island Arsenal Rock Island, IL 61299 Rock Island Arsenal Bldg. 118 Rock Island, IL 61299 PROPOSAL FORMAT AND SUBMISSION INFORMATION: The provision at 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition. Addenda to provision 52.212-1 Instructions to Offerors Commercial Items: Technical Package for Evaluation The following shall be included as part of the offeror s submission: Product Description offered in response to the solicitation. Any Or equal products must be in compliance with FAR 52.211-6, Brand Name or Equal Delivery time from placement of order Completed Price Schedule Added value your firm brings to the contract if you are not the actual supplier. Questions shall be submitted via email to the following address by noon on August 28, 2019: Email: mary.accomando@va.gov and sarah.poole1@va.gov Proposals shall be submitted in either Microsoft Word or Adobe pdf formats. End of Addenda EVALUATION PROCESS: The Government intends to award one or more Blanket Purchase Agreement(s) 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. Proposals 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. Proposals will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which proposal 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 has the discretion to make an award based on whether the lowest priced of the quotations having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate proposals: SDVOSB/VOSB Status in CVE at time solicitation closed Pricing: The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable to be eligible for award in terms of reasonableness and realism. Comparison of proposed prices received in response to the solicitation. Comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for like items. Use of parametric estimating methods/application of rough yardsticks to highlight significant inconsistencies that warrant additional pricing inquiry. Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements. Comparison of proposed prices with independent Government cost estimates. Comparison of proposed prices with prices obtained through market research for the same or similar items. Analysis of pricing information provided by the offeror. Because below-cost prices are not inherently improper, when vendors are competing for award of a fixed-price contract, vendors are given notice that a business decision to submit a low-priced quotation may be considered as reflecting on their understanding of the contract requirements or the risk associated with their approach. Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. Technical Acceptability. Each offeror s technical quotations will be evaluated to determine if the offeror provides acceptable delivery time, product, safety plan, safety record and added value if required. The full text of FAR provisions and clauses may be accessed electronically at: http://farsite.hill.af.mil/ and https://www.acquisition.gov/?q=browsefar The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04. The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.252-1 Solicitation Provisions Incorporated By Reference FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.216-1 Type of Contract VAAR 852.270-1 Representatives of Contracting Officers 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: The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda to FAR clause 52.212-4, Contract Terms and Conditions 52.252-2 CLAUSES INCORPORATED BY REFERENCE 52.203-3 GRATUITIES APR 1984 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL JAN 2011 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEVIATION) JUL 2019 852-219-74 LIMITATIONS ON SUBCONTRACTING JUL 2018 852-232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS JAN 2008 852.246-71 REJECTED GOODS OCT 2018 The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (b)(4), (b)(8), (b)(14), (b)(19), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33), (b)(42), (b)(47), (b)(49), (b)(55), (b)(56), (b)(59), (d) (1-3), (e)(1-2) End of Addenda NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0478/listing.html)
 
Record
SN05417758-F 20190827/190825230016 (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.