The RFP Database
New business relationships start here

MPS Continental District - Houston Natl Cemetery - On-site Inscription Services


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR ONSITE INSCRIPTION SERVICES AT HOUSTON NATIONAL CEMETERY

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES AND PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION 36C78619Q0419 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2019-02_2 and are available in full text through Internet access at http://www.acquisition.gov/far.

1. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, Open Market procurement. North American Industry Classification System (NAICS) code is 327991 and the size standard is 500 Employees. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM)at http://www.sam.gov and VETBIZ at https://www.vip.vetbiz.va.gov/ , PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED.
*NOTE* SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated.
2. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Therefore, all quotations received prior to the RFQ close date will be considered by the Contracting Office. A single award will be made based on Best Value with Tradeoffs.
The Contractor shall perform services at:
Houston National Cemetery



Delivery shall be for a Base Period and Four (4), One (1) Year Options

PLEASE SEE THE ATTACHED SOLICITATION 36C78618Q0419
3. The following Provisions and Clauses apply to this procurement:
52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
Quotes are due on August 30, 2019 12:00PM EST. ALL INFORMATION REQUESTED FOR SUBMISSION OF QUOTES SHALL BE SUBMITTED IN ITS ENTIREITY. FAILURE TO SUBMIT ALL INFORMATION REQUESTED UNDER INSTRUCTION TO OFFEROR SHALL BE DEEMED AS NON-CONFORMING AND WILL NOT BE UNDER FURTHER CONSIDERATION.
IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR PROPOSALS IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED PROPOSALS ARE PROVIDED IN THE VENDOR PORTAL GUIDE.
Please go the VA eCMS Vendor Portal website at 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 their Proposals through the Vendor Portal domain, prior to the deadline for submission of Proposals, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Proposals transmission/successful uploads must be completed by the deadline for submission of Proposals.
Offerors unable to submit their Proposals through VA eCMS Vendor Portal, may submit their Proposals via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their Proposals submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, Antionette Collins-Somerville, at Antionette.Collins-Somerville@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a Proposals prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a Proposals via the Portal. The offeror shall receive approval from the contracting officer prior to submitting Proposals via email. This document shall be submitted with the Offeror s Proposals.
In the event an Offeror has not requested submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit their Proposals via Vendor Portal, the Offeror will be considered non-responsive and the Proposals, if late, will not be accepted.
Proposal shall include the information listed below. Proposals that fail to furnish the required information, or reject the terms and conditions of the RFP may be excluded from further consideration. The following factors will be considered when evaluating the Proposals: Past Performance, Technical and Price. The Offeror s proposal shall consist of four (4) volumes. The Volumes are I Past Performance & Technical, Volume- Sub-Factor 1: Small Business Participation Plan, Sub-Factor 2: Limitations on Sub-Contracting -Monitoring and Compliance, Volume III Price, and Volume IV - Certifications & Representations.
2. RFP FILES. Offerors quotations shall be submitted in accordance with the following instructions:
a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions will not be evaluated.
a. File Packaging. All of the proposal files may be compressed (zipped) into one file entitled proposal.zip using WinZip version 6.2 or later version or the proposal files may be submitted individually.
b. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. The titles and page limits requirements for each file are shown in the Table below:
Volume Number Factor File Name Page Limitations*
Volume I Past Performance Evaluation Approach, Technical Evaluation Approach,
(Company Name)
Tech.pdf 150
Volume II Sub-Factor 1: Small Business Participation Plan, Sub-Factor 2: Limitations on Sub-Contracting -Monitoring and Compliance
Small Business Participation, Limitations on Sub-Contracting.pdf None
Volume III Price (Company Name)
Price.xls None
Volume IV Offer & Award Documents, Certifications & Representations, Contract Administration (Company Name)
OfrRep.pdf None

A Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s proposal will not be evaluated by the Government.
Offerors shall propose a detailed approach that addresses the following:
Submittal by Potential Vendors
All potential offerors shall submit at their expense (3) three inscription samples by the closing date of this solicitation. The samples shall be used to determine potential awardees ability to manufacture on-site inscriptions. The samples shall be clearly marked (on the back) with permanent marker to show the following: Contractor name and Solicitation Number. Refer to Addendum 1 & 2 for additional evaluation criteria.
Samples shall be received by Memorial Products Service (MPS) prior to closing date. If one or more of the samples are disapproved by MPS, a notification attempt will be made via phone and/or email. Potential offerors shall have until closing date of the solicitation to resubmit another sample.

Inscribed Niche Inscription Granite (H1) Sample:
The following dimensions and inscription shall be used for this sample.
One (1) granite sample 15-3/4 x 11-1/4 x B>
Emblem #25 (refer to drawings for actual emblem to be inscribed)
GRIFFIN
MARSHALL P Jr (refer to drawings for correct size of r )
1st LT USA (refer to drawings for correct size of st )
KOREA VIETNAM
1932 2008
Inscribed Upright Granite Headstone (W1) Sample:
The following dimensions and inscription shall be used for this sample:
The following dimensions and inscription shall be used for this sample:
One (1) granite sample 24 x 13 x B>

Front

Emblem #60 (refer to drawings for actual emblem to be inscribed)
MARSHALL P
GRIFFIN Jr (refer to drawings for correct size of r )
1st LT (refer to drawings for correct size of st )
US ARMY
KOREA
VIETNAM
MAR 1 1932
OCT 4 2008
PURPLE HEART
AIR MEDAL
LET S ROLL

Rear

AA 1234 (Refer to applicable drawing for layout of section and grave number as it applies to the R2 headstone.)

Inscribed Thin Flat Granite Marker (J1) Sample:
The following dimensions and inscription shall be used for this sample.
One (1) J1 granite sample 12 x 24 x B>

A 147
Emblem #20 (refer to drawings for actual emblem to be inscribed)
McGILLICUDDY (refer to drawings for correct size of c )
MARSHALL P Jr (refer to drawings for correct size of r )
1st LT USA (refer to drawings for correct size of st )
KOREA VIETNAM
1932 2008

Note: All samples should be manufactured using the dimensions noted above. Full size samples will not be accepted and will be refused at delivery.
The sample(s) shall be received by Memorial Products Service (MPS) prior to closing date. If a sample is disapproved by MPS you shall receive notification by the Program Support Unit and you have until the closing date of solicitation to resubmit samples.
Failure to meet any of the requirements shall result in the rejection of the sample.
IF YOU HAVE PREVIOUSLY SUBMITTED AN APPROVED SAMPLE. YOU DO NOT HAVE TO SUBMIT A NEW SAMPLE, HOWEVER OFFERORS WILL HAVE THE OPPORTUNITY TO SUBMIT A NEW SAMPLE FOR APPROVAL. SAMPLES THAT HAVE BEEN PREVIOUSLY SUBMITTED AND WERE APPROVED WILL BE ACCEPTED BUT APPROVED SAMPLES CAN BE NO OLDER THAN AUGUST 30, 2018. THEREFORE, NO PREVIOUSLY APPROVED SAMPLES WILL BE ACCEPTED PRIOR TO AUGUST 30, 2018 DATE.

NO samples shall be accepted after closing date. No exceptions!
Once submitted the sample(s) becomes the property of the Department of Veterans Affairs and will not be returned. Submit sample(s) and test results to the following address:
Department of Veterans Affairs
Memorial Products Service
Program Support Unit, Rm. 600
1575 Eye Street, NW
Washington, DC 20005
Full size copies of drawings are available upon request at no additional charge to potential vendors. The request should be e-mailed to the NCA Memorial Programs Service (MPS) Program Support Unit at MPSProgSupport@va.gov and shall include the contractor s name, mailing address, phone number, e-mail address, and the name / drawing number of the drawing(s). If hard copies of the drawings are desired, e-mail the request to MPS with sufficient time for the drawings to be mailed. MPS recommends vendors use full size drawings for determining work requirements. An extension to the solicitation s closing date shall not be granted for failure to request the technical drawings with sufficient lead time.

VOLUME I- PAST PERFORMANCE EVALUATION APPROACH, TECHNICAL EVALUATION APPROACH:
Offerors shall propose a detailed approach that addresses the following:
PAST PERFORMANCE EVALUATION APPROACH.
Offeror shall provide no more than three, recent (within the last 5 years), and relevant Past Performance Questionnaires (Attachment C). Past Performance should be relevant in size, scope, and complexity. Offerors are required to demonstrate within the last five (5) years, successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Contact information provided with referrals shall be reachable by telephone or email. If a referral cannot be reached, offeror will not be evaluated favorably or unfavorably on past performance.
The Questionnaires (with top portion completed) shall be submitted in Volume I for (Past Performance). Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW).
TECHNICAL EVALUATION APPROACH.
Inscribed Granite Niche (H1) Sample (Acceptable/Unacceptable)
Finish
Dimension within tolerance
Material meets ASTM criteria
Color/reflectivity standard is met
Workmanship free from defects
Bonding within specs
Boring appropriately sized spaced

b) Inscribed Upright Granite Headstone (W1) Sample (Acceptable/Unacceptable)
Finish
Dimension within tolerance
Material meets ASTM criteria
Color/reflectivity standard is met
Workmanship free from defects
Bonding within specs
Boring appropriately sized spaced

b) Inscribed Thin Flat Granite Marker (J1) Sample (Acceptable/Unacceptable)
Finish
Dimension within tolerance
Material meets ASTM criteria
Color/reflectivity standard is met
Workmanship free from defects
Bonding within specs
Boring appropriately sized spaced

c) Qualifications: Personnel Experience:
The following key personnel s resume must be included in the quotation/proposal:
1. Inscriber
2. Site Supervisor/Manager
3. Subcontractors if using any

VOLUME II-SUB-FACTOR 1- SMALL BUSINESS PATICIPATION PLAN
The Small Business Participation Plan does not have a page limitation; however the Contractor s Proposals shall provide the detailed information below:
All contractors must complete and submit the Small Business Participation Plan. Contractors must provide a Small Business Participation Plan proposing their goals for this solicitation to include Small Business Participation. This plan shall include an overall goal which shall be accomplished through collective small business participation from any type of small business or sub-category small business. A small business can achieve the goals through its own performance/participation as a prime without having to subcontract. The current Veterans Affairs agency goals/target percentages are below:
FY 19 VA subcontracting goals
Category Target (Percentage)
Total U.S. -------------------------------
Total Small Business 17.5%
Veteran Owned Small Business 7%
Service-Disabled Veteran Owned Small Business 5%
Small Disadvantaged Businesses (including Section 8(a)) 5%
Women-Owned Small Business 5%
Historically Underutilized Business Zone (HUBZone) Small Business 3%
The work performed directly by a small business prime contractor will be evaluated as Small Business Participation. A small business is NOT required to subcontract out any portion of the work. This factor gives the small businesses the opportunity to indicate that they will meet small business participation through self-performance, or, in addition to any subcontracting to small businesses. This Small Business Participation Plan is required to be submitted for evaluation of this factor.
The Contractor shall submit a detailed and complete statement for the Small Business Participation Plan. The statement that details that all contractors at a minimum are required to submit a Small Business Participation Plan individually addressing the following areas: (EACH AREA SHALL BE ADDRESSED IN A DETAILED WRITTEN STATEMENT)
(1) The extent to which Small Business firms are specifically identified in quotes;
(2) The extent of commitment to Small Business firms (enforceable commitments, such as established relationships, will be weighted more heavily than non-enforceable ones);
(3) The complexity and variety of the work small firms are to perform;
(4) The extent of utilization of Small Business firms on prior contracts;
(5) The evaluation will be based on the total contract dollar value, the contractors propose in terms of small business participation.
(6) The extent of participation of Small Business concerns in terms of the value of the total acquisition and the extent of which the contractor provides detailed explanations and supporting documentation of the proposed participation percentages, or lack thereof, for this acquisition. Contractors proposed goals are to be filled-in as provided below:
(a) Prime Contractor type of business (check all that apply):

( ) Large
( ) Small (also check type of small business)
( ) Small Non-Disadvantaged Business
( ) Small Disadvantaged Business*
( ) Woman-Owned Small Business **
( ) HUB Zone Small Business
( ) Veteran Owned Small Business
( ) Service Disabled, Veteran Owned Small Business
(b) Total Contract Value (for five year period): $______________
(c) Dollar Value of your participation as a prime contractor: $____________
(d) Dollar value and percentage of the total contract value of subcontractors planned for:
Business Category Dollar Value Percentage of Total Contract Value
Large
Small Disadvantaged Business*
Total Small Business
Woman Owned Small Business
Hub Zone Small Business
Veteran Owned Small Business
Service-Disabled Veteran Owned Small Business
*Note: Historically Black Colleges and Universities/Minority Institutions (HCBU/Mis) are considered as disadvantaged and should not be broken out separately.
Each percentage above shall be accompanied by detailed supporting documentation in the Small Business Participation Plan regarding individual commitments.
The sum of the dollar values and percentages of Small Non-Disadvantaged and Small Disadvantaged should equal the entries for the Total Small. However, the sum of all the percentages need not equal 100% since the prime is not included and individual subcontractors may be counted towards more than one category.
(e) List the principal supplies/services (be specific) to be subcontracted to:
(FILL IN EACH SECTION AND BLOCK THAT IS PROVIDED INCLUDING PERCENTAGES)
Business Category
Name of Company
Type of Service/Supply
Manufacturer/Non-Manufacturer
Quarry Ownership
Percentage of Total Value
Large





Small Disadvantage Business





Total Small Business





Woman Owned Small Business





Hub Zone Small Business





Veteran Owned Small Business





Service-Disabled Veteran Owned Small Business






Business Category Name of Company Type of Service/Supply
(f) Extent of Commitment: Provide documentation regarding enforceable commitments to utilize any small business category, as defined in FAR Part 19, Small Business Programs, as subcontractors.
(g) Self-certification of a written and detailed statement to address your ability to comply with VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION). The written and detailed statement should address all the areas listed below:
VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

SUB-FACTOR 2-VAAR CLAUSE 852.219-74 LIMITATIONS ON SUB-CONTRACTING-MONITORING AND COMPLIANCE.
Quoter shall provide a statement self-certifying their compliance to comply with VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018). The contractor shall affirm their commitment to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

VOLUME II PRICE EVALUATION APPROACH
The Price Quote does not have a page limitation; however, Contractor s Quotes shall provide detailed information that provides a list of price.
The contractor s price quote must be separated from the technical submittal. The contractor shall propose firm fixed price. The Proposals that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration.

VOLUME IV - OFFER AND AWARD
DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS
Certifications and Representations - An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following:
Legal Business/Company Name (as it is indicated in www.sam.gov)
DUNS Number
Point of Contact Name
Telephone number
E-Mail Address
Acknowledgement of Amendments, Contract Administration if any.
Any proposed exceptions to solicitation terms and conditions
Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s proposal Unacceptable, and thus ineligible for award.

FAR 52.212-2 Evaluation-Commercial Items (OCT 2014), applies to this acquisition.
The Government will award a firm fixed price contract using the Best Value with Tradeoffs approach 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. Award will be made based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
FACTOR 1: Past Performance Evaluation Approach
FACTOR 2: Technical Evaluation Approach: Marble Samples & Qualifications
SUB-FACTOR 1: Small Business Participation Plan Approach
SUB-FACTOR 2: VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
FACTOR 3: Price Evaluation Approach
Past Performance and Technical when combined are more important than Price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Addendum To FAR 52.212-2 Evaluation-Commercial Items (OCT 2014)
The Government intends to award without discussions however; the Government retains the right to hold discussions if deemed necessary. Offerors are urged to ensure that their quote is submitted on the most favorable terms, since less than their best potential could result in exclusion of the quote from further consideration. Failure to include all required documentation as required in this RFQ, may result in your submission being found to be technically unacceptable and removed from further consideration.
The Government will award a 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. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award.
Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. Each non-cost factor will be rated acceptable/unacceptable. To receive consideration for award, a rating of acceptable must be achieved for technical and past performance.

FACTOR 1: Past Performance Evaluation Approach
FACTOR 2: Technical Evaluation Approach: Granite Samples & Qualifications
SUB-FACTOR 1: Small Business Participation Plan Approach
SUB-FACTOR 2: VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
FACTOR 3: Price Evaluation Approach

Proposals will be evaluated based on the following factors listed as shown below:
FACTOR 1. PAST PERFORMANCE EVALUATION APPROACH
Offeror shall provide no more than three, recent (within the last 5 years), and relevant Past Performance Questionnaires (Attachment C). Past Performance should be relevant in size, scope, and complexity. Offerors are required to demonstrate within the last five (5) years, successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Contact information provided with referrals shall be reachable by telephone or email. If a referral cannot be reached, offeror will not be evaluated favorably or unfavorably on past performance.
The Questionnaires (with top portion completed) shall be submitted in Volume II for (Past Performance). Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror s past performance. The Government reserves the right to determine the relevance of past performance information. If no past performance information is readily available, the Offeror s past performance will be evaluated neither favorably nor unfavorably.

FACTOR 2. TECHNICAL EVALUATION APPROACH.
Offeror shall submit at contractor expense one (1)
Inscribed Niche Inscription Granite (H1) Sample: 15-3/4 x 11-1/4 x B> and one (1) Inscribed Upright Granite Headstone (W1) Sample: 24 x 13 x B> and one (1) Inscribed Thin Flat Granite Marker (J1) Sample: One (1) J1 granite sample 12 x 24 x B>

a) Inscribed Niche Inscription Granite (H1) Sample (Acceptable/Unacceptable)
Finish
Dimension within tolerance
Material meets ASTM criteria
Color/reflectivity standard is met
Workmanship free from defects
Bonding within specs
Boring appropriately sized spaced

b) Inscribed Upright Granite Headstone (W1) Sample (Acceptable/Unacceptable)
Finish
Dimension within tolerance
Material meets ASTM criteria
Color/reflectivity standard is met
Workmanship free from defects
Bonding within specs
Boring appropriately sized spaced

c) Inscribed Thin Flat Granite Marker (J1) Sample (Acceptable/Unacceptable)

Finish
Dimension within tolerance
Material meets ASTM criteria
Color/reflectivity standard is met
Workmanship free from defects
Bonding within specs
Boring appropriately sized spaced

Qualifications: Personnel Experience:
The following key personnel s resume must be included in the quotation/proposal:
1. Inscriber
2. Site Supervisor/Manager
3. Subcontractors if using any

SUB-FACTOR 1. SMALL BUISINESS PARTICIPATION PLAN APPROACH.
All contractors will be evaluated on the level of small business commitment they demonstrate for this acquisition. Work performed directly by a small business prime contractor will be evaluated as Small Business Participation. A Service Disabled Veteran Owned Small Business is NOT required to subcontract out any portion of the work. This factor gives the small businesses the opportunity to indicate that they will meet small business participation through self-performance, or, in addition to any subcontracting to small businesses.
Quotes will be evaluated on the following basis of:
(1) The extent to which Small Business firms are specifically identified in quotes;B
(2) The extent of commitment to Small Business firms (enforceable commitments, such as established relationships, will be weighted more heavily than non-enforceable ones);B
(3) The complexity and variety of the work small firms are to perform;B
(4) The extent of utilization of Small Business firms on prior contracts;
(5) The evaluation will be based on the total contract dollar value the contractors propose in terms of small business participation;
(6) The extent of participation of Small Business concerns in terms of the value of the total acquisition and the extent of which the contractor provides detailed explanations and supporting documentation of the proposed participation percentages, or lack thereof, for this acquisition; and
a. Each percentage above shall be accompanied by detailed supporting documentation in the Small Business Participation Plan regarding individual commitments. Providing the sum of the dollar values and percentages with a list of principle supplies/services to be subcontract.
b. List the principal supplies/services (be specific) to be subcontracted to:
Business Category
Name of Company
Type of Service/Supply
Manufacturer/Non-Manufacturer
Quarry Ownership
Percentage of Total Value
Large





Small Disadvantage Business





Total Small Business





Woman Owned Small Business





Hub Zone Small Business





Veteran Owned Small Business





Service-Disabled Veteran Owned Small Business






(7) The extent to which contractors identify and commit to small business and historically black college or university and minority institution performance.
(8) The Contractor must comply and self-certify with VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION). The Contractor will be evaluated based on their ability to respond to the small business participation plan demonstrating the Offerors ability to and meeting the 51% SDVOSB performance requirement. The written and detailed statement should address all the areas listed below:
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and
(v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.
(1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate.
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

TECHNICAL CAPABILITY RATINGS
The Small Business Participation Plan shall be evaluated using the acceptable/unacceptable ratings in the areas provided in below.
Acceptable/Unacceptable Rating
Rating
Descriptions
Acceptable
Small Business Participation Plan quote clearly meets the minimum requirements as instructed and meets the 51% SDVOSB performance.
Unacceptable
Small Business Participation Plan quote does not clearly meet the minimum requirements as instructed and does not meet the 51% SDVOSB performance.

SUB-FACTOR 2. VAAR CLAUSE 852.219-74 LIMITATIONS ON SUB-CONTRACTING-MONITORING AND COMPLIANCE.
All contractors will be evaluated on their compliance with VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) they demonstrate for this acquisition.). The contractor shall affirm their commitment to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.
FACTOR 3. PRICE EVALUATION APPROACH. The Government anticipates that adequate price competition will establish a fair and reasonable price. However, if the Government does not receive adequate price competition, it will evaluate price proposals to ensure price reasonableness of the services or products being provided to the Government, considering the specific terms and conditions and relevant commercial practices.
The Government will evaluate proposals by adding the total of all line item prices for the base and all options. Pricing may be compared against the Independent Government Estimate (IGE) or against the average mean of the offers received and may be used to set a competitive range if discussions are deemed necessary.

The following solicitation provisions apply to this acquisition:
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/?q=browsefar
https://www.va.gov/oal/library/vaar/vaar852.asp

CONTRACT CLAUSES
DIGNITY STANDARDS; SBA ACT 8(d)(13)(B);
52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS(APR 2014); 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016); 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997); 52.232-18 AVAILABILITY OF FUNDS (APR 1984); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); 52.245-1 GOVERNMENT PROPERTY ALTERNATE I (JAN 2017); 52.245-9 USE AND CHARGES (APR 2012) 852.203-70 COMMERCIAL ADVERTISING (MAY 2018); 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JUL 2018)(a)(1), (a)(2), (a)(3), (a)(4), (b)(1), (b)2, (b)(4), (b)(6), (b)(7), (b)(8), (b)(9)(b)(14), b(16), (b)(21), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b) (30), (b)(31), (b)(32), (b)(33), b(34),(b)(42), (b)(49), (b)55, (b)(56), (c)(1), (c)(2),(c)(3),(c)(4), (c)(8), (c)(9) and (e)(1)(xi), (e)(1)(xii), (e )(1)(xiii), (e )(1)(xvii), (e )(1)(xviii)

52.216-18 ORDERING (OCT 1995); 52.216-19 ORDER LIMITATIONS (OCT 1995); 52.216-21 REQUIREMENTS (OCT 1995) ALTERNATE I (APR 1984); 52.217-8 OPTION TO EXTEND SERVICES(NOV 1999); 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); SUPPLEMENTAL INSURANCE REQUIREMENTS; 52.232-18 AVAILABILITY OF FUNDS (APR 1984); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.237-3 CONTINUITY OF SERVICES (JAN 1991); 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 SUB-CONTRACTING MONITORING AND COMPLIANCE (JUL 2018); VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018); VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984); 852.246-71 INSPECTION (JAN 2008);
PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 42.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018); COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING 9JUL 2016)
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018); 52.209 INFORMATION REGARDING RESDPONSIBILITIES MATTERS (OCT 2018); 52.216-1 TYPE OF CONTRACT; 52.233-2 SERVICE PROTEST (SEP 2006); VAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE REOLUTION (OCT 2018); VAAR 852.233-71 ALTERNATIVE PROTEST PROCEDURE (OCT 2018); 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018)
The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN(s))
PRICE SCHEDULE

The term of the contract shall be from October 1, 2019 through September 30, 2020 with four, one your, option periods that maybe exercised at the discretion of the Government.

Base Period: October 1, 2019 - September 30, 2020
CLIN
DESCRIPTION
EST QTY
UNIT
UNIT PRICE
TOTAL PRICE
0001
J1, MARKER, GRANITE THIN, FLAT '3',
285
EA
$
$
0002
H1, NICHE. COVER GRANITE, INSCRIPTIONS
848
EA
$
$
0003
W1, UPRIGHT GRANITE, 3" INSCRIPTION
2838
EA
$
$
0004
R2, REVERSE INSCRIPTIONS (W1)
159
EA
$
$
Total Cost for Base Period:
$

Option Period One: October 1, 2020 - September 30, 2021
CLIN
DESCRIPTION
EST QTY
UNIT
UNIT PRICE
TOTAL PRICE
1001
J1, MARKER, GRANITE THIN, FLAT '3',
295
EA
$
$
1002
H1, NICHE. COVER GRANITE, INSCRIPTIONS
858
EA
$
$
1003
W1, UPRIGHT GRANITE, 3" INSCRIPTION
2833
EA
$
$
1004
R2, REVERSE INSCRIPTIONS (W1)
169
EA
$
$
Total Cost for Option Period One:
$

Option Period Two: October 1, 2021 - September 30, 2022
CLIN
DESCRIPTION
EST QTY
UNIT
UNIT PRICE
TOTAL PRICE
2001
J1, MARKER, GRANITE THIN, FLAT '3',
305
EA
$
$
2002
H1, NICHE. COVER GRANITE, INSCRIPTIONS
868
EA
$
$
2003
W1, UPRIGHT GRANITE, 3" INSCRIPTION
2,843
EA
$
$
2004
R2, REVERSE INSCRIPTIONS (W1)
179
EA
$
$
Total Cost for Option Period Two:
$

Option Period Three: October 1, 2022 - September 30, 2023
CLIN
DESCRIPTION
EST QTY
UNIT
UNIT PRICE
TOTAL PRICE
3001
J1, MARKER, GRANITE THIN, FLAT '3',
315
EA
$
$
3002
H1, NICHE. COVER GRANITE, INSCRIPTIONS
878
EA
$
$
3003
W1, UPRIGHT GRANITE, 3" INSCRIPTION
2,853
EA
$
$
3004
R2, REVERSE INSCRIPTIONS (W1)
189
EA
$
$
Total Cost for Option Period Three:
$

Option Period Four: October 1, 2023 - September 30, 2024
CLIN
DESCRIPTION
EST QTY
UNIT
UNIT PRICE
TOTAL PRICE
4001
J1, MARKER, GRANITE THIN, FLAT '3',
325
EA
$
$
4002
H1, NICHE. COVER GRANITE, INSCRIPTIONS
888
EA
$
$
4003
W1, UPRIGHT GRANITE, 3" INSCRIPTION
2,863
EA
$
$
4004
R2, REVERSE INSCRIPTIONS (W1)
199
EA
$
$
Total Cost for Option Period Four:
$














SEE ATTACHMENT D: STATEMENT OF WORK
The following Provisions and Clauses apply to this procurement:
Evaluation Process: A Responsibility Determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of responsibility and ability the databases include, but are not limited to Experian, PPIRS, EPLS, VetBiz and SBA.
d). The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition.
e). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
f). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.
A written and signed/dated, by the Contracting Officer, contract of award to the successful Offeror 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
WAGE DETERMINATION ATTACHED

ANTIONETTE COLLINS-SOMERVILLE
ANTIONETTE.COLLINS-SOMERVILLE@VA.GOV

Work

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP