Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
SOLICITATION NOTICE

83 -- Internment Flag 1 of 3See attachment 2 of 3 for solicitation clausesSee attachment 3 of 3 for flag specs

Notice Date
2/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Acquisition Operations Service (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-06-RQ-0048
 
Response Due
3/9/2006
 
Archive Date
3/29/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation (VA-101-06-RQ-0048) for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; responses reflecting availability of the supplies as described are requested in the form of a quote. A separate written solicitation will not be issued. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-08. The NAICS Classification code is 314999, size standard 500 employees. The Department of Veterans Affairs (DVA) requires interment flags which it provides to veteran's families for burial ceremonies upon request. The DVA requires 250,000 flags per year and intends to award four contracts for the flags. Each contract will provide one fourth of the annual requirement - i.e., 62,500 flags. The DVA intends to award a total of four fixed price definite quantity contracts for 312,500 flags with a requirement for 62,500 flags for the twelve month base period and each of the four, twelve month exercised options. This acquisition is a total small business set aside. The Government intends to award four contracts - one each to HUB Zone small business, service disabled veteran small business, a small disadvantaged business (8(a)), and a small business. Item Description: 5-foot hoist by 9-foot 6- inch flag in accordance with the Federal Specification DDD-F-416E dated 5 August 1996. National Stock Number (NSN) 8345- 00-656-1432 -FLAG, NATIONAL, UNITED STATES OF AMERICA, INTERMENT, with the Government specified changes as directed by the DVA. The Standard for Yarn, Duck Page 2-6 of the specification was changed from (and is for this procurement) 84 to 34 yarns per inch for Cotton and Cotton-Polyester. In accordance with Public law (P .L.) 105-261, Section 1073, the interment (burial) flags must be wholly produced in the United States from material wholly grown, created, and assembled in the United States. Mere compliance with the Buy American Act and Trade Agreement Act and the incorporated provisions in FAR 52.212-3 and FAR 52.2212-5 will NOT be sufficient to comply with the public law cited above. A copy of the specification for the stock numbered item and the aforementioned public law are included as attachments to the RFQ. All metric conversions shall be in accordance with the Institute of Heraldry Metric Conversion Table dated 10 February 1997 which is available from the contracting officer upon request. The following provisions are incorporated by reference: 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006) is tailored as follows. Submit quotes in two separate volumes as follows: Volume I, Technical Quote-the quoter, unless currently providing the flags to the DVA, shall include a bid sample (one flag) conforming to the specification for the interment flag. The bid sample will be tested to determine the quoter's technical capability. ALL Quoters shall also include information on their ability and the means to furnish the required monthly requirement of delivered flags to the delivery destination including information on supply/service availability from first and second tier suppliers of finished material and flag weaving and embroidery, if any. The Quoter must affirmatively state in the quote that flags furnished will conform to the federal specification (as modified in the item description); the public law (PL 105-261 section 1073); and the non-manufacturer rule (FAR 19.001) which states: "In the performance of the contract, the product described in the statement of work herein (Interment Flag) must be the product of a small business manufacturer or producer. The end product furnished must be manufactured or produced in the United States or its outlying areas. The term "nonmanufacturer" includes a concern that can, but elects not to, manufacture or produce the end product for the specific acquisition. For size determination purposes, there can be only one manufacturer of the end product being acquired. The manufacturer of the end product being acquired is the concern that, with its own forces, transforms inorganic or organic substances including raw materials and/or miscellaneous parts or components into the end product." The contract resulting from this RFQ requires delivery on the last government working day of each month to the delivery destination which shall be: Department of Veterans Affairs, Service and Distribution Center, First Avenue (1 block north of 22nd Street), Hines, IL 60141. The first month of the base period and each exercised option will have a required delivery quantity of 5212, with the remaining eleven months of the exercised option requiring a delivery quantity of 5208. All deliveries shall be FOB Destination. Four additional flags shall be included with the initial delivery for the base period and subjected to first article testing by the Government. The accepted first articles shall be included in the required delivery quantity and used as manufacturing templates for production of flags during the base period and each exercised option. The place(s) of performance must be clearly specified in the technical quotes. The contracting officer may at the Government's discretion conduct a preaward survey to determine technical capability of any quoter. Past Performance: The quoter shall include past performance information in its technical quote consisting of the address, phone, and email address of the technical and contractual points of contact for at least one but no more than four customers to whom it furnished flags of similar design, quality, and complexity within the last three years. The Government intends to contact these references for past performance information. Volume II, Price Quote. Pricing must be provided in a separate volume with the unit price specified for each flag, the extended price for a given month, and the required number of flags multiplied by the unit price for flags for the base and option period. There shall be a base period and four options under the contract resulting from the RFQ - each twelve months in length. The exercise of each option is at the sole discretion of the Government. Prices proposed shall be FOB Destination to the destination specified above. The perio d of performance is 60 months, including four options, each twelve months in length. Paragraph (e) Multiple quotes of FAR 52.212-1 is changed to read: Quoters are not permitted to submit multiple quotes presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Small business type: Each Quoter may compete in one or more business categories for which it is eligible and for whch it declares it's desire to be considered, however, only one quotation shall be submitted and only one award made to any quoter to this RFQ. Participation of Commercial Firms. Quoters are advised that the commercial firm identified below will assist the Government in providing acquisition support during the source selection. This firm will be authorized access to only those portions of the quote data and discussions that are necessary to enable them to perform their respective duties. The firm shall be expressly prohibited from competing on the subject acquisition and from quote rating, ranking, or recommending the selection of a source. Government Contract Solutions, Inc. POC: Mr. Frank Flutter Telephone: (202) 273 -7657 Facsimile: (202) 273 -7448 E-mail: Frank.Flutter@va.gov In accomplishing the duties related to the source selection process, the aforementioned Firm and Support Contractor may require access to proprietary information contained in the Quoters' quotes. Therefore, pursuant to FAR 9.505-4, these Firms and the Support Contractor shall execute an agreement with each Quoter that states that they will (1) protect the Quoter's information from unauthorized use or disclosure for as long as it remains proprietary and (2) refrain from using the information for any purpose other than that for which it was furnished. To expedite the evaluation process, it is requested that each Quoter contact the above firm and support contractor to effect execution of such agreement prior to submission of quotes. Each Quoter shall submit copies of the agreements with its quote. The following clause is added as an addendum to FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006) Quoters: VAAR 852.214-73 Bid Samples (SEPT 1993). Any bid sample(s) furnished must be in the quantities specified in the solicitation and plainly marked with the complete lettering/numbering and description of the related bid item(s); the number of the Invitation for Bids (Request For Quotation); and the name of the bidder submitting the bid sample(s). Cases or packages containing any bid sample(s) must be plainly marked "Bid Sample(s)" and all charges pertaining to the preparation and transportation of bid sample(s) must be prepaid by the bidder. Bid sample(s) must be received at the location specified in the solicitation by the time and date for receipt of bids. . FAR 52.212-2 Evaluation -Commercial Items (JAN 1999) is incorporated by reference and (a) of the clause is changed to read: The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the request for quotation, is the most advantageous (best value) quote, price and other factors considered. The evaluation factors are: technical capability, past performance, and price. Technical capability is more important than past performance. Technical capability and past performance when combined are significantly more important than price. The Government intends to award four contracts - one each to HUB Zone small business, service disabled veteran small business, a small disadvantaged business (8(a)), and a small business. The Government shall make only one award to any quoter. Each quoter may submit only one quotation which may be considered in each award category that the quoter specifies (HUBZone small business concern, small disadvantaged business (8(a)), Service disabled veteran small business, and small business) for which it is eligible to compete in the RFQ. Evaluation and award shall be done sequentially. HUBZone small business concern, small disadvantaged business (8(a)), Service disabled veteran small business, and small business categories shall be evaluated in that order. There shall be only one award per category, with the exception of small business which may have more than one award if an award was not made in the HubZone, 8(a), or Service disabled veteran categories. For example, all HubZone firms not awarded a contract shall be evaluated for 8(a) award if otherwise eligible and the quoter has indicated a desire to be considered in that category. Quoters not receiving an 8(a) award and eligible and interested in the small service disabled veteran category shall be evaluated for award. Those firms not receiving an award in any category shall be considered for award if eligible and expressing an interest in the small business category. If an award was not made in one or more categories, an additional contract(s) may be awarded under the small business category. There shall not be more than four awards resulting from this RFQ. Once a firm receives an award in any one category, it may not be considered in any other category. The interment flag is a critical requirement requiring more than one source of supply. The RFQ NAICS code is 314999. Each quoter may only receive a maximum of (1) one award. Once a quoter's quote has received an award, that quote will no longer be considered under any additional categories. HUBZone Category/Award: (1) In accordance with [Federal Acquisition Regulation] FAR Part 19.13, any award resulting from this category will be made on a competitive basis to a qualified, eligible [Historically Underutilized Business Zone] HUBZone business concern, provided that at least two (2) competitive (technical and price) quotes are received from qualified HUBZone business concerns. If only one (1) competitive quote is received from a qualified HUBZone business concern, then that quote may still be considered for award under this category. (2) If a minimum of one (1) competitive quote from an eligible HUBZone business concern is not received, the award of any contract resulting from this category will be made to a small business concern in accordance with FAR Part 19.5, provided that a minimum of one (1) competitive (technical and cost) quote is received from a qualified small business concern. (3) If a minimum of one (1) competitive quote from a qualified small business concern is not received, the award of any contract resulting from this category will be made on the basis of full and open competition from among all responsible business concerns submitting quotes. Section 8(a) Business Concern: (1) In accordance with [Federal Acquisition Regulation] FAR Part 19.8, any award resulting from this category will be made on a competitive basis to a qualified, eligible Section 8(a) business concern, provided that a minimum of two (2) competitive (technical and cost) quotes are received from eligible Section 8(a) business concerns. If only one (1) competitive quote is received from a qualified Section 8(a) business concern, then that quote may still be considered for award under this category. In accordance with FAR 19.800(e), within the 8(a) category, priority for award shall be given to hub zone 8(a) firms. (2) If a minimum of one (1) competitive quote from an eligible Section 8(a) business concern is not received, the award of any contract resulting from this category will be made to a small business in accordance with FAR Part 19.5, provided that a minimum of one (1) competitive (technical and cost) quote is received from a qualified small business concern. (3) If a minimum of one (1) competitive quote from a qualified small business concern is not received, the award of any contract resulting from this category will be made on the basis of full and open competition from among all responsible business concerns submitting quotes. Service Disabled Veteran Owned Small Business Category/Award: (1) In accordance with [Federal Acquisition Regulation] FAR Part 19.14, any award resulting from this category will be made on a competitive basis to a qualified, eligible service disabled veteran owned small business concern, provided that a minimum of two (2) competitive (technical and cost) quotes are received from eligible service disabled veteran owned small business concerns. If only one (1) competitive quote is received from a qualified service disabled veteran owned small business concern, then that quote may still be considered for award under this category. (2) If a minimum of one (1) competitive quote from an eligible service disabled veteran owned small business concern is not received, the award of any contract resulting from this category will be made to a small business in accordance with FAR Part 19.5, provided that a minimum of one (1) competitive (technical and cost) quote is received from a qualified small business concern. (3) If a minimum of one (1) competitive quote from a qualified small business concern is not received, the award of any contract resulting from this category will be made on the basis of full and open competition from among all responsible business concerns submitting quotes. Small Businesses: (1) In accordance with [Federal Acquisition Regulation] FAR Part 19.5, any award resulting from this category will be made on a competitive basis to a qualified, eligible small business concern, provided that a minimum of two (2) competitive (technical and cost) quotes are received from eligible small business concerns. If only one (1) competitive quote is received from a qualified small business concern, then that quote may still be considered for award under this category. (2) If a minimum of one (1) competitive quote from a qualified small business concern is not received, the award of any contract resulting from this category will be made on the basis of full and open competition from among all responsible business concerns submitting quotes. Each Quoter may compete in one or more business categories for which it is eligible and for whch it declares it's desire to be considered, however, only one quotation shall be submitted and only one award made to any quoter to this RFQ. In the event award cannot be made within the hub zone small business, small disadvantaged business (8(a)), or service disabled veteran small business categories, an attempt will be made to award to a small business. Within the 8(a) category, priority for award shall be given to HubZone 8(a) firms. Award will be made to the responsible quoter submitting the quotation which provides the best value to the Government price and other factors considered. The quoter's bid sample (if not currently manufacturing and supplying the interment flag to the Veteran's Administration) must conform to the modified specification cited in the RFQ in order to be considered technically capable. The Government will make an award to the responsible quoter(s) that provides the best overall value to the Government, price and other factors considered. Quotes shall be evaluated using the following non-price factors: technical capability and past performance. Technical capability is more important than past performance. Technical capability and past performance when combined are significantly more important than price. Technical capability is assessed using the tested bid sample (unless the quoter is a current supplier with a history of providing acceptable items - i.e. interment flags to the DVA); the description of the means by which the quoter ensures timely delivery to the DVA and obtains the necessary material or services from its suppliers to produce the interment flag; and its conformance to the applicable laws and regulations including the non-manufacturer rule and Public Law 105-261 Section 1073. Past performance shall be evaluated. In conducting the past performance assessment, the Government may use data obtained from other sources as well as from the quote. The evaluation will examine the quoter's actual performance on supplying similar flags and items and the relevance to the DVA interment flag procurement. The Government may contact some or all references provided by the quoter. Past performance information will be obtained through one or more of the following: Government past performance databases; references supplied by the quoter; and other sources of past performance information known to the Government, including commercial sources. Past performance will assess the quoter's performance history with its custo mers for the same or substantially the same government/commercial item (flags) manufactured from the same material and of substantially the same quality. If the Contracting Officer determines that a small business' past performance and/or technical capability is not satisfactory, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in FAR Subpart 19.6 and 15 U.S.C. 637(b)(7).] The price evaluation shall be performed to determine if the prices proposed are fair and reasonable. Quotes with materially unbalanced pricing may be rejected by the contracting officer. Quotes are due March 9, 2006, 3:00 p.m. to: Dept of Veteran's Affairs (049A3F), 810 Vermont, NW, Washington, DC 20240-0001, Attn: Chris Burroughs. For information regarding this solicitation, please call Ms. Burroughs at (202) 273-8765 or e-mail at Chris.Burroughs@va.gov
 
Place of Performance
Address: 810 Vermont Avenue, NW;Washington, DC
Zip Code: 20420
Country: US
 
Record
SN00991683-W 20060223/060221211845 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.