Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2024 SAM #8272
SOURCES SOUGHT

36 -- Sources Sought for Calverton NC Grave Liners

Notice Date
7/19/2024 8:39:00 AM
 
Notice Type
Sources Sought
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78624Q0079
 
Response Due
7/26/2024 9:00:00 AM
 
Archive Date
08/10/2024
 
Point of Contact
Sarah Poole, Contract Specialist, Phone: 202-394-2853
 
E-Mail Address
sarah.poole1@va.gov
(sarah.poole1@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT SYNOPSIS The National Cemetery Administration is issuing this synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for supply and installation of concrete grave liners. Additional information regarding the requirement is available in the Statement of Work (SOW) in the Appendix accompanying this notice. The result of this market research will contribute to determining the method of acquisition. The applicable North American Industry Classification System (NAICS) code assigned to this acquisition is 327390. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, to include whether you can supply the grave liners and provide installation. If significant subcontracting or teaming is anticipated to deliver technical capability, address the administrative and management structure of such arrangements (i.e. will a subcontractor be used to provide installation services). The government will evaluate market information to ascertain potential market capacity to: provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and determined what socio-economic categories can provide these services. Based on the responses to this Sources Sought Notice/Market Research, this requirement may be set aside for small business categories or procured through full and open competition. The government will not provide feedback or evaluations to companies regarding their submissions in response to this notice. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by July 26, 2024 at 12:00 pm EST. All responses under this notice must be emailed to Sarah Poole at sarah.poole1@va.gov and use the following title in the Subject Line: 36C78624Q0079 Calverton National Cemetery Grave Liners. If you have any questions concerning this opportunity, please contact Sarah Poole, Contract Specialist at sarah.poole1@va.gov. APPENDIX 1: Purpose and Objectives STATEMENT OF WORK CONCRETE GRAVE LINERS: The Contractor shall furnish, deliver & install prefabricated concrete grave liners at the Calverton National Cemetery, 210 Princeton Blvd, Calverton, NY 11933. Grave liners will be fabricated in strict accordance with Attachment - A (GSA Commercial Item Description A-A-30194 (dated July 26, 1993) - LINER, GRAVE, CONCRETE which is attached and modified as follows: Liner dimensions to be as identified in the bid schedule. Liners are to be constructed to withstand a 20,000 pounds axle load. UNIT PRICE: The unit price indicated in the Schedule is all-inclusive and covers the fabrication, transportation, and installation of all concrete grave liners ordered. The installation & covering of concrete grave liners will be accomplished by the contractor and coordinated with the Contracting Officer s Representative (COR) or Alternate Contracting Officer s Representative (ACOR) by the provision of Calverton National Cemetery s daily interment schedule. DESCRIPTION / SPECIFICATIONS / WORK STATEMENT Contractor shall provide all labor, materials, and transportation necessary to furnish and install Concrete Grave liners at Calverton National Cemetery, 210 Princeton Blvd, Calverton, NY 11933, in accordance with the requirements of Commercial Item Description (CID), No. A-A-30194, dated July 26, 1993 (Attachment A). GENERAL REQUIREMENTS It is the contractor's responsibility to keep pace with the grave liner requirements of Calverton National Cemetery in the placement of grave liners and to remain in close proximity to excavation crews as directed and customarily required by VA National Cemetery policy and remain on station until grave covers are in place. Normally, two or more crews are used daily for excavation, which results in interments being made in more than one area (section). The contractor shall provide their employees suitable radio communication equipment to coordinate the interment operation. Calverton National Cemetery shall provide radio frequencies to assure compatibility with the cemetery s radio equipment. Caskets cannot be left unattended. If the contractor is not available to cover grave liners within the time specified; it will result in delays to the government operation. If these delays result in a necessity for government personnel to work overtime, the contractor shall reimburse the government (in the form of a payment deduction) for the overtime wages incurred. Calverton National Cemetery uses a gravesite measuring 6' x 10' and 4 x 8 in burial sections. This will require exact preciseness in placement of grave liners. Grave depths are generally 5 to 7 feet deep. Inscriptions: Date of manufacture shall be inscribed on both box & lid and shall be visible from the end of the box and lid. INSTALLATION Initial / Special Request Interments: For initial interments grave liner units are to be installed two days prior to interments. Grave liner lids shall be removed by 10:00 AM the day of scheduled interment. The removed Grave liner unit lids shall be relocated to a designated location or flatbed truck. Prior to removal each shall be and marked to identify the grave liner they shall be returned to. The grave liner unit lid shall be placed to close (secure) the grave liner unit no later than thirty (30) minutes after the casket has been lowered into the grave liner. On weekends and holidays grave liner unit lids shall be closed. Second Interments: For second interments grave liner units are to be installed in the gravesite within thirty (30) minutes of excavation. The grave liner unit lid shall be placed to close (secure) the grave liner immediately after the casket has been lowered into the grave liner. On weekends and holidays grave liner unit lids shall be closed. Superintendence by the Contractor: The contractor shall have a supervisor on station at all times during normal working hours, to include delivery, transport, and installation of grave liners. The supervisor is to serve as the single point of contact for the contractor with the COR/ACOR. The supervisor will perform 100 percent quality assurance of contractor work. At the close of business each day, the supervisor will provide a written verification in the form of a check list, verifying that all work assigned for the day has been completed and is in accordance with the contract specifications. This should accompany the manifest of liners installed that day. Safety Manager: The contractor shall provide a safety manager. The contractor safety manager must be on site at all times when work is being performed. The Superintendent may also serve as the Safety Manager. The Safety Manager must assure the contractor personnel follow all applicable VA and OSHA safety guidelines. Safety Equipment must be worn at all times. Rework and safety violations will result in Contractor Discrepancy Reports (CDR). Equipment and Manpower: Requirements will vary based on daily workload. The cemetery is active 6 days per week. The contractor must have the ability to bring personnel and equipment on and off the job as needed to meet contract requirements. (The cemetery occasionally has performed 65 internments on a single day.) Installation: All installation normally associated in the placement of grave liner units shall be the contractor's responsibility. Calverton National Cemetery shall not provide employees to assist with the installation of these units. The installation of the grave liners requires, at a minimum, a two-man crew, an operator of the boom and a spotter to guide the liner to assure precise placement and prevent cave-ins. If a cave-in occurs, the contractor shall be responsible for correcting the deficiencies. The grave liner units shall be visually spotted and placed as level as practical. Calverton National Cemetery reserves the right to determine what constitutes an acceptably placed unit. Removal, replacement or corrective work resulting from negligence by the contractor shall be corrected at no additional cost to the Government. Corrective work shall not result in delays for scheduled interments or result in Calverton National Cemetery personnel being required to work beyond the normal work hours of 8:00 am to 5:00 pm. Installation in Occupied Sections: When it is necessary to transport grave liners into established burial sections; a portable vault carrier (LOGAN) will be used. The contractor may contact the interment foreman to request the use of a contractor furnished boom truck equipped with specially modified flotation tires where appropriate. Equipment to be used in occupied sections shall not exceed 11,000-lbs. Gross axle weight with a footprint no heavier than 17 pounds per square inch when operating in established burial sections. The interment foreman shall be available to provide assistance in determining access points into burial sections. Damages Caused by Contractor's Neglect: In the event damages result to the units and/or gravesites (cave-in's) or surrounding areas, including damage to third parties due to neglect by the Contractor, repair and/or restoration will be accomplished at no cost to the agency. Corrective work because of damages will not result in delays or changes for scheduled interments, work assignments or delay daily operations. All damaged or rejected grave liner units shall be removed from the cemetery grounds by the end of each month. Storage: A minimum of three hundred (300) style 1, medium grave liners shall be stored in a designated area within the cemetery grounds at all times to assure accessibility of grave liners during inclement weather conditions and emergency situations. Protection of Lawns and Grounds: The contractor shall take positive measures to protect the finished grave from any form of damage including tire marks, ruts, etc. This may involve using contractor furnished materials such as plywood or some other material beneath all apparatus tires, specially crafted vehicles, balloon tires, etc. (The cemetery is permitted no more than 5 percent of annual interments resulting in damage to existing grades). This corrective action to repair damage must be initiated by close of business that same day. Contractor must consider soil and weather conditions at the cemetery to assure precautions are suitable for the existing conditions. DELIVERY Cemetery Access: Contractor equipment and delivery access to Calverton National Cemetery shall be through the maintenance entrance, NY Route 25 ONLY. The contractor shall be notified of requirements for grave liner units to be delivered to the Calverton National Cemetery a minimum of twenty-four (24) hours in advance. The requirements for the following day, to the extent possible, will be communicated to the contractor by 4:30pm - Monday thru Friday. Federal Holidays: The contractor will be required to work burials schedule during holidays and/or weekends within Calverton National Cemetery. The eleven holidays observed by the Federal Government are as follows: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Juneteenth National Independence Day, 4th of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, or any other day specifically declared by the President of the United States to be a National Holiday. Please note that when a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on Saturday, the preceding Friday is observed as a legal holiday. HOURS OF OPERATIONS: Normal hours of operation for installation of grave liner units are 8:00am through 4:30pm, Monday through Friday. The contractor shall be required to be available for work on holidays and Saturdays, as needed, when the interment section is operating; advance notice of 24 hours of holiday work shall be given except in emergency situations. The contractor agrees to phase all work in such a manner as not to impact on or interfere with cemetery operations. The contractor shall not operate equipment, machinery, or otherwise perform contract work within 250 feet of any ongoing committal service. The COR will inform the Contractor if there are specific areas of the cemetery that they need to avoid working in. CONTRACTOR RESPONSIBILITIES Appearance: Contractor personnel appearance and conduct shall be professional and unobtrusive at all times. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel. Conduct: Contractor personnel shall not engage in loud or boisterous behavior, use profane or abusive language or use personal radios. Due to the sensitive mission of the Cemetery, contractor employees must exercise courtesy and respect while within the cemetery. If inquiries are received from visitors, they are to be referred to Calverton National Cemetery employees in the field or the administrative office. Dress: Contractor employees shall be fully clothed at all times, to include an upper garment to cover the body from the waist to neck and long pants. At no time are shorts allowed. Garments that have a message of slogan other than the contractor s business attire are prohibited. Other clothing in question shall require the written approval of the cemetery director or designee. The contractor shall observe traffic, parking, directional signs, and regulations when using the cemetery's roadways. Vehicles shall not be driven off the paved roadways onto non-paved areas without first securing permission from the COR/ACOR. The contractor shall leave all work areas free of debris and in the same condition as before the work commenced. The contractor agrees to take all necessary precautions to protect vegetation, as appropriate, in the immediate work area(s). Work Ethics: The Government will not tolerate a contractor influencing a family, concerned person, or funeral service persons to use or not use a Government-provided grave liner. CONTRACT MANAGEMENT Representatives of the Contracting Officer: The VA contracting officer will designate one (or more) representatives to serve as the COR/ACOR to act for him/her/they in furnishing technical guidance and advice or generally directing the work to be performed under the contract. Such designation will be in writing and will define the scope and limitations of the COR/ACOR s authority. A copy of the designation(s) shall be furnished to the contractor at time of award. Duties and responsibilities of the COR/ACOR include day-to-day monitoring of the contract as follows: Providing contract oversight and technical guidance to the contractor. Verification / certification of payments to the contractor for services rendered. Assuring that any changes effecting work involved, price, terms, and/or conditions under the contract are not implemented before written authorization is issued by the contracting officer. All administrative contract functions are the responsibility of the VA Contracting Officer. Any modifications to the contract, including those involving no-cost changes, increases, and decreases in cost or level of services provided, termination or extension of the contract (in part or in whole) and decisions concerning claims or disputes, must be authorized in writing by the government Contracting Officer. Superintendent/Site Manager: The Contractor shall provide a Superintendent/Site Manager who will be on-site at all times during contract performance. The site manager will be responsible for the following: Directing, overseeing, and coordinating the work involved. Staying abreast of all upcoming cemetery functions including special holiday events and interment activities. Ensuring that contract work does not cause any committal service, ceremony, procession, or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. The Superintendent/Site Manager will re-direct work throughout the rest of the cemetery so that productive use of labor and equipment is assured, and downtime is avoided. If the contractor fails to re-direct employees away from an event in a timely fashion, the COR/ACOR may then do so. Communication & Coordination of Work with COR/ACOR: Communication with the COR/ACOR (or designee) is strongly encouraged. Burial activities at NCA shall take precedence over contract work activities. Work activity and noise cannot disturb burial services. Trucks and workmen are prohibited from passing through the service area during this period. Notwithstanding the contractor s responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the contractor. The Government shall provide, at the time of contract award, a list of Government personnel authorized to act as COR/ACOR. The contractor shall possess and maintain all necessary insurance, licenses, and permits required for contract performance. Contractor is responsible for any injury to himself/herself/themself, his/her/they employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her/they employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of New York. Reporting ""on-the-job"" Injuries: The contractor is required to report all ""on-the-job"" injuries incurred by the contractor, its agents, or employees, resulting from performance of this contract. Contractor will notify the COR/ACOR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COR/ACOR. Any contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted. (End of Statement of Work/Specifications) ATTACHMENT - A METRIC A-A-30194 July 26, 1993 COMMERCIAL ITEM DESCRIPTION LINER, GRAVE, CONCRETE The General Services Administration has authorized the use of this commercial item description as a replacement for VA Specification X1708G for concrete. This commercial item description describes concrete grave liners intended for use in National Cemetery to prevent the sinkage of soil in graves. Salient Characteristics. LINER, GRAVE, CONCRETE - Shall be constructed from reinforced concrete utilizing Portland cement. Cement will be of commercial quality using steel and/or polypropylene reinforcement. In addition the material(s) used in the production of concrete grave liners shall be impervious to any destructive action of the natural elements possibly contained in the cemetery soil which can range from extreme acidic to extreme alkaline conditions. Concrete grave liners must be properly cured for 28 days before delivery and the concrete must have a minimum compression strength of 31,027 kilopascal (kPa) or 4,500 pound-force/square inch (PSI). Style 1 - Box with separate lid Style 2 - Dome with a base Style 3 - Dome without a base SIZES INTERNAL DIMENSIONS (Imperial Unit) a. Small Liner 58 in by 20 in by 18 in b. Medium Liner 86 in by 30 in by 24 in c. Oversize Liner 90 in by 32 in by 26 in d. Extra Large Liner 92 in by 36 in by 28 in SIZES INTERNAL DIMENSIONS (Metric Unit) a. Small Liner 147 cm by 51 cm by 46 cm b. Medium Line 218 cm by 76 cm by 61 cm c. Oversize Liner 229 cm by 81 cm by 66 cm d. Extra Large Liner 234 cm by 91 cm by 71 cm Internal dimensions listed above are nominal for the standard sizes and small variances are permitted in the use of standard commercial products providing size permits use of standard caskets. UNIT: EACH Workmanship. Grave liners shall be free from defects which detract from its appearance or impair its serviceability. Performance. Grave liners furnished will be designed for a maximum burial depth of 2.13 m (84 in) from the bottom of the liner, with minimum soil cover of 46 cm (18 in), be capable of structurally withstanding passage of an axle load of 5.0 metric tons (11,000 lbs.) after burial and provide for ease of installation. Liners will have a sufficient weight bearing surface area to prevent sinkage. This area may vary depending upon soil conditions, but in all cases, will be capable of passing the functional test specified in paragraphs entitled Functional tests in order to perform this function in place after installation. The ongoing static loads in this environment include the weight of the backfill, changes in the water table, and pressures from the freeze-thaw cycle where applicable. In addition, the grave liner shall be designed to withstand the dynamic, differential and impact loads and stresses which are exerted upon a unit during the interment process. Such loads and stresses include compaction of the (backfill) soil, excavation of adjoining gravesite, as well as the pressures and forces exerted by normal cemetery excavation, compaction and maintenance equipment. Grave liner designs shall be such as to prevent any potential sinkage due to chiseling (The sinkage process caused because of insufficient surface area contact with the bottom of the grave.) and fatigue creep (The long run sagging process of the weight bearing surface area). Design and construction. Grave liners will meet the performance requirements. The combination of the design shape, design thickness, structure and material shall be capable of supporting the required 2.27 metric tons (5,000 lbs.) center load pressure test and the axle load test of 5.0 metric tons (11,000 lbs.), plus the superimposed earth load. Both the exterior dimensions and the weight of the grave liner shall be kept to a minimum in accordance with the normal internal dimension standards specified above in Paragraph labeled Salient characteristics and the required structural strength specified above. Design contours and shapes will be such as to eliminate any possible back-fill voids, settling, sinking, floating or raising of the grave liner once interred. The grave liners and parts thereof will have provisions to facilitate both the ease of installation and removal of the unit and its component parts. All lifting apparatus must be adequately anchored in the unit to sufficiently withstand the stresses of lifting and placing the unit. Grave liners will have knockout holes to permit drainage. Inscription. The date of manufacture will be permanently recorded on the grave liner so that the contractor can identify his product according to the date of production. QUALITY CONTROL AND ASSURANCE PROVISIONS Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his own or any facilities suitable for the performance of the inspection requirements specified herein unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. Records. Records of examinations and tests performed by or for the contractor shall be maintained by the contractor and made available to the Government, upon the Government s request, at any time, or from time to time, during the performance of the contract and for a period of three years after delivery of the supplies to which such records relate. Inspection. Inspection, as used herein, is defined as both examination (such as visual or auditory investigation without the use of special laboratory appliances or procedures) and testing (determination by technical means of physical and chemical properties) of the item. Tests. Tests shall be conducted to determine compliance with these commercial item description requirements. Where feasible, the same sample shall be used for the determination of two or more test characteristics. Testing of components. Upon request, the supplier will furnish a certification of compliance, issued by an independent testing laboratory or an approved testing program. This would include an analysis for all characteristics of material specified and applicable referenced specifications. The Government reserves the right to verify the correctness of such certificates of compliance and analysis. Approved grave liners are subject to both random compliance and complete re-testing. The grave liners will conform to the following American Society for Testing and Materials (ASTM) Standards. ASTM C 33 - Standard Specifications for Concrete Aggregate ASTM C 39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C 40 - Standard Test Method for Organic Impurities in Fine Aggregates for Cement ASTM C 94 - Standard Specification for Ready-Mixed Concrete ASTM C 150 - Standard Specification for Portland ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 260 - Standard Specification for Air-Entraining Admixtures for Concrete ASTM C 330 - Standard Specification for lightweight Aggregates for Structural Concrete ASTM C 494 - Standard Specification for Chemical Admixtures for Concrete Sampling for examination. Sampling for examination shall be conducted in accordance with MIL-STD-105, with an AQL of 1.0 (percent defective) and an inspection level of S-1. Examination of furnished product. Grave liners will be examined for the defects listed below. Whenever a deviation to specified requirements is noted, correction will be made. Failure to make corrections will be cause for rejection: Size/dimensions not as specified. Materials not as specified. Production date not inscribed or otherwise permanently recorded. Drainage holes not provided. Surface contains foreign inclusions, spalling, holes, cracks, large voids, or other evidence of poor manufacture. Provisions to facilitate installation and removal not provided. Functional Test. Upon request, a functional load test will be made at the contractor s expense under the direction of the Contracting Officer, or his/her representative, to ensure the grave liner, as furnished, will be capable of supporting load weight stated in paragraph entitled Design and construction . The functional test will consist of two loading conditions: Unconfined loading. (Center Load Pressure Test) Place base on 10.16 cm (4 in) x 10.16 cm (4 in), spaced approximately 0.305 m (12 in), from each end of the test product. Place cover on base. The producer may choose to use a temporary gasket material in the sealant (tongue and groove) area of a grave liner in place of the permanent sealant. A test frame will be assembled around the center of the test unit. Cushion material should be used to assure that a 0.093 sq. m (1 sq ft); bearing plate will uniformly load the test unit. Special care should be taken for units with arch-shaped tops or carapaces. A hydraulic ram will be pressurized until the ram engages the bearing place and will be set at a preload pressure of 226.8 kg (500 lb) for a minimum of one minute. The inspector will add additional pressure to the test unit in 2,268 kg (5,000 lb) increments. This pressure will be added gradually, taking at least thirty (30) seconds to add each additional 226.8 kg (500 lb) load. Once the 226.8 kg (500 lb) increment has been added, the test unit should be allowed a minimum of one minute at rest prior to the next load increase. This procedure should be repeated until the full 2,268 kg (5,000 lb) load has been properly applied. The concrete grave liner must withstand the 2,268 kg (5,000 lb) of static load on the 0.93 m (36 in), section at the critical load area for a minimum of five (5) minutes without failure. Confined loading. The liner shall be placed on a flat surface below ground and covered with a granular soil material. The soil will be compacted thoroughly around and on top of the liner to a thickness of 46 cm (18 in). A wheeled tractor or truck with an axle load of 5.0 metric tons (11,000 lbs.) will then be passed over the covered liner for a minimum of twenty (20) times in repetition. The liner must not show any signs of material overstress or cracking. Upon completion of Confined loading test the adjacent gravesite will then be excavated to a maximum depth of 2.13 m (84 in), exposing the longitudinal side of the tested unit for a period of no less than twenty-four (24) hours. The unit must not exhibit any signs of potential material fatigue, creep, chiseling, excessive deflection, scratching or infringement of the adjacent gravesite. The Contracting Officer or his/her designated representative at any time may make unannounced inspections of the contractor s plant. Contractor certification. The contractor shall certify that the product offered meets the salient characteristics of this description and conforms to the producer s own drawings, specification, standards, and quality assurance practices. The Government reserves the right to require proof of such conformance prior to first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Regulatory requirements. Federal Food, Drug and Cosmetic Act - If the product covered by this document has been determined by the U.S. Food and Drug Administration to be under its jurisdiction, the offeror/contractor shall comply, and be responsible for compliance by its subcontractors/suppliers, with the requirements of the Federal Food, Drug and Cosmetic Act, as amended, and regulations promulgated there under. In addition, the offeror/contractor shall comply, and be responsible for compliance by its contractors/suppliers, with the requirements of all other applicable Federal, State, and local statues, ordinances, and regulations. Recovered materials. The contractor is encouraged to use recovered material in accordance with Federal Acquisition Regulation Subpart 23.4 to the maximum extent practical. Packaging and packing. Grave liners will be palleted or otherwise prepared for shipping in accordance with standard commercial practice to ensure carrier acceptance and safe delivery in containers complying with rules and regulations applicable to the mode of transportation. Marking. Shipping containers will be marked in accordance with the manufacturer s standard commercial practice. The production date will be inscribed or otherwise permanently marked on each component which makes up a grave liner. Copies of Federal Standard No. 376, Preferred Metric Units for General Use by the Federal Government and Federal Test Standard 191 are available from General Services Administration Business Service Centers in Boston, MA; New York, NY; Philadelphia, PA; Washington, DC; Atlanta, GA; Chicago, IL; Kansas City, MO; Fort Worth, TX; Denver, CO; San Francisco, CA; Los Angeles, CA; and Seattle, WA. Copies of Specifications and Standards are also available from Department of Defense ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/859d84f7d6ba49dfaed1479fcbf58fd6/view)
 
Place of Performance
Address: Calverton National Cemetery 210 Princeton Blvd, Calverton 11933
Zip Code: 11933
 
Record
SN07136544-F 20240721/240719230114 (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.