The RFP Database
New business relationships start here

Solicitation 36C78619Q0100 Blank Granite Niche Covers for Long Island National Cemetery.


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

COMBINED SYSNOPSIS/SOLICITATION
For
LONG ISLAND BLANK GRANITE NICHE COVERS
LONG ISLAND NATIONAL CEMETERY

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SUPPLIES 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 36C78619Q0100 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) 2005-101 and are available in full text through Internet access at http://www.acquisition.gov/far.
1. This is a 100% set aside to Small Business (SB), Open Market procurement. North American Industry Classification System (NAICS) code is 327991 Cut Stone and Stone Product Manufacturing 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 , 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.
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 to the Lowest Price Technically Acceptable (LPTA) offeror.
The Contractor shall deliver the following items to the cemetery address above, FOB Destination.
Delivery shall be delivered no later than 30 days after receipt of order to the following addresses:
Long Island National Cemetery
2040 Wellwood Avenue
Farmingdale, NY 17735-1211
POC: Srey Austin

The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN(s))
SUPPLIES OR SERVICES AND SCHEDULE OF PRICES

CLIN

DESCRIPTION

QTY

UNIT


UNIT PRICE
TOTAL PRICE

0001
H1, Blank Granite Niche Cover

2,000

EA

$

$


SEE ATTACHMENT C: STATEMENT OF WORK

3. The following Provisions and Clauses apply to this procurement:
a). The provision at 52.212-1, Instructions to Quoters -- Commercial, applies to this acquisition.
Quotes are due on January 18, 2018 12:00 PM EST
IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES. QUOTES SHALL BE SUBMITTED THROUGH EMAIL TO ANTIONETTE COLLINS-SOMERVILLE AT Antionette.Collins-Somerville@va.gov
Quote Package shall include the following:
Signed/dated ALL Amendments
1 completed Section B (Contract Admin) included in Attachment A
1 completed Business Management Questionnaire/Past Performance (Section D) included in Attachment C
An approved Sample sent to the MPS team in accordance with the Statement of Work prior to the closing date of this solicitation.
Quote shall consist of four (4) volumes. The Volumes are I Price Schedule, Volume II Technical-Literature Review, Volume III-Past Performance, and Volume IV- Certifications & Representations.

QUOTERS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN FAR PROVISION 52.212-1, INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS, PARAGRAPH (b) AND IN THE STATEMENT OF WORK. QUOTE SHALL BE SUBMITTED BY POTENTIAL QUOTERS, PRIOR TO THE TIME SPECIFIED IN ORDER TO BE CONSIDERED FOR AWARD.
Failure to submit all required documentation & Samples may result in your quote being determined not Technically Unacceptable and removed from further consideration.
IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED QUOTES 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 Quotes through the Vendor Portal domain, prior to the deadline for submission of Quotes, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Quotes transmission/successful uploads must be completed by the deadline for submission of Quotes.
Offerors unable to submit their Quotes through VA eCMS Vendor Portal, may submit their Quotes via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their Quotes 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 Quotes 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 Quotes via the Portal. The offeror shall receive approval from the contracting officer prior to submitting Quotes via email. This document shall be submitted with the Offeror s Quotes.
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 Quotes via Vendor Portal, the Offeror will be considered non-responsive and the Quotes, if late, will not be accepted.
Quote shall include the information listed below. Quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. The following factors will be considered when evaluating the quotes: Technical and Price. The Offeror s quote shall consist of three (3) volumes. The Volumes are I Price Schedule, Volume II Technical-Literature Review, Volume III- Certifications & Representations.
2. RFQ FILES. Quoters 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. Quotation page limitations are not applicable to this procurement. 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 margin
s 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 quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote 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 quote and provide an adequate basis for evaluation. Quoters are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below:
Volume Number
Factor
File Name
Page Limitations*
Volume I
Price Schedule
(Company Name)
Price.xls
None
Volume II
Technical:
Literature Review
(Company Name)
Technical.pdf
50
Volume III
Past Performance
Past Performance.pdf
10
Volume IV
Offer & Award Documents, Certifications & Representations
(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 any and all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government.
VOLUME I- PRICE
The Price Quote does not have a page limitation; however, Contractor s quotes shall provide detailed information that provides a list of price. The quote shall conform to PRICE/COST SCHEDULE listed in Attachment D.
The contractor s price quote must be separated from the technical submittal. The contractor shall propose firm fixed price. The quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration.
VOLUME II TECHNICAL
Quoters shall propose a detailed approach that addresses the following:
Quoters shall provide a written document on meeting the requirements presented in the Product Description, including any innovative processes and/or procedures.
Descriptive Literature
Descriptive literature must be identified and highlighted to show the appropriate model and type and all component items for functions offered and clearly show that the item(s) offered are in compliance with the salient characteristics.
The offeror may supplement the descriptive literature with a written technical document if the literature does not sufficiently demonstrate product compliance with the requirements.
Descriptive Literature, as used in this RFQ, means information (including, but not limited to, cuts, illustrations, drawings, and brochures) that is submitted as part of an quotation. Descriptive literature is required to verify, for the purpose of evaluation and establishment, details of the product offered that are specified in the salient characteristics.
To be technically acceptable, descriptive literature (1) shall be identified and highlighted to show the item(s) of the offer to which it applies and (2) shall show the appropriate model and type and all component items for functions offered (if applicable) and (3) shall demonstrate that all quoted products are in compliance with all of the salient characteristics.
This descriptive literature must be received by the Government by the time specified in this RFQ for receipt of quotations.

VOLUME III-PAST PERFORMANCE
Quoters must identify previous federal, state, and local government and private contracts that they have completed and that are similar to the contract being evaluated. List a minimum of three (3), but no more than five (5) contracts for evaluation limited to the last five (5) years. Quoters are required to complete the Business Management Questionnaire. Please see Attachment D.
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, if any.
Any proposed exceptions to solicitation terms and conditions
Quoters 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 quote Unacceptable, and thus ineligible for award.
The provision at 52.212-2, Evaluation -- Commercial Items. 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. The following factors shall be used to evaluate offers based on (LPTA) Lowest Priced Technically Acceptable. Quotes will be evaluated for acceptability, but not ranked using the non-cost/price factors. The following factors will be used to evaluate quotes:
All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Offeror whose price for items are lowest among all quotes that were deemed to be technically acceptable. Quoters who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award.
Price:
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 quotes to ensure price reasonableness of the products being provided to the Government, considering the specific terms and conditions and relevant commercial practices.
Technical Qualifications for Blanks: Granite: (acceptable/unacceptable)
An experienced technical representative from the Memorial Programs Service (MPS), Program Support Office, will review the sample provided, in accordance with this solicitation, and the Statement of Work (SOW) instructions, and determine if the sample passes by evaluating a sample of granite as specified in the SOW for the following:
To be deemed technically acceptable you must receive Acceptable for Technical for all factors listed under technical.
Granite 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

Provide a detailed and descriptive response to address the following questions:

Corporate Resources and Ability to Effectively Manage the Statement of Work
1. How long have you been in business?
a. How many of those years in performing this type of business?
b. Can you provide references of work performed of this type?

2. Have you done this type of work for the Federal Government previously?
a. Will you be able to produce the stone type and quantity requirements of the statement of work?
b. Do you have the capability to provide the full quantity by the date indicated? If not, what provisions can you make to fulfill the requirements?
c. Provide a production schedule with your quote.
d. Submitting samples of stone for quality, color, finish as specified in the drawings.
3. Are you able to meet the contractual demands of the contract as it pertains to quality, safety, conduct and production?
a. How will you ensure limited damage during transporting?
b. Providing replacements of broken or otherwise unusable product?


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.
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.
Clauses: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS ; FAR 52.212-4, Contract Terms and Conditions (OCT 2018) applies to this acquisition. Addendum to the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2018) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-19, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements (JAN 2017)
PROVISIONS AND CLAUSES: CLAUSES
INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference(FEB 1998); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.211-17 Delivery of Excess Quantities (SEP 1989); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013); 52.246-1 Contractor Inspection Requirements (APR 1984); 52.246-16 Responsibility for Supplies( APR 1984); 52.247-34, F.O.B. Destination (NOV 1991); Limitations on Subcontracting-Monitoring and Compliance (JUN 2011)
http://www.acquisition.gov/far/index.html
https://www.va.gov/oal/business/pps/policy.asp
PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7, System for Award Management (OCT 2016); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-17, Ownership Or Control Of Offeror (JUL 2016);
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018); VAAR 852.203-71 DISPLAY OF DEPARTMENT OF VETERAN AFFAIRS HOTLINE POSTER (DEC 1992); 852.211-75, Product Specifications (JAN 2008); VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012); VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984); VAAR 852.246-71, INSPECTION (JAN 2008); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (OCT 2018)
SOLICITATION PROVISIONS
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018); 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS REPRESENTATION (JAN 2017); 52.216-1 TYPE OF CONTRACT (APR 1984); 52.219-6 TOTAL SMALL BUSINESS SET ASIDE (NOV 2011); VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018); VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008);
All QUESTIONS AND QUOTES shall be submitted through email at Antionette.Collins-Somerville@va.gov All questions must be received by no later than January 14, 2018 at 12:00pm EST, to give reasonable time to respond to questions prior to close of the solicitation. No questions will be accepted after January 14, 2018 at 12:00pm EST. The solicitation closes on January 18, 2018 at 12:00pm EST.

Antionette Collins-Somerville
Antionette.Collins-Somerville@va.gov

Work

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP