DOCUMENT
99 -- RFQ Flag Holders Small Busines SA - Attachment
- Notice Date
- 4/12/2017
- Notice Type
- Attachment
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon ST;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78617Q0364
- Response Due
- 4/20/2017
- Archive Date
- 6/19/2017
- Point of Contact
- Geraldine Herrera
- Small Business Set-Aside
- Total Small Business
- Description
- FedBizOpps Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Combined Synopsis/Solicitation Notice Rev. March 2010 99 RFQ Flag Holders Small Business SA 80228 VA786-17-Q-0364 04-20-2017 60 N 2 332618 Department of Veterans Affairs NCA Contracting Service 155 Van Gordon ST Stafford VA 22556 Geraldine Herrera geraldine.herrera@va.gov Dept of Veterans Affairs Fort Bliss National Cemetery 5200 Fred Wilson Road Fort Bliss, TX 79906 US geraldine.herrera@va.gov geraldine.herrera@va.gov RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: RFQ Solicitation Number: RFQ VA786-17-Q-0364 Posted Date: 04-05-2017 Original Response Date: 03-17-2017 Current Response Date: 04-20-2017 Classification Code: 99 Set Aside: Total Small Business NAICS Code: 332618 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs National Cemetery Administration 155 Van Gordon Street Lakewood, CO 80228 DESCRIPTION This RFQ notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Your responses will be due Friday, April 20, 2017, 10:00AM (MST) to the point of contact listed below. All information submitted in response to this solicitation is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided by the government. The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Fort Bliss National Cemetery anticipate a contract for Custom Made Flag Holders. This is an RFQ (Request for Quote) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This solicitation is a Request for Quote (RFQ). The associated North American Industrial Classification System (NAICS) code for this procurement is 332618 with a business size standard of 500 employees. The National Cemetery Administration is seeking quotes from Total Small Business that are qualified to REPLICATE EXACTLY what the National Cemetery utilizes now for their flags. Fabricate/manufacture exact and replacement of 0.187 Diameter, pre-galvanized wire flag holders to match the existing flag holders in material, color, strength, dimensions, size, and weight in accordance with the attached photographs and indicated dimensions. A minimum of ten (10) finished production samples shall be provided to the COR for inspection, for compliance to the contract requirements, and functionality. Contractor shall receive written confirmation by the CO prior to continuing with the fabrication/manufacture of the remaining contract quantity. Upon approval of the finished production samples, the Contractor shall provide and deliver the remaining 2,000.00, 0.187 Diameter, pre-galvanized wire flag holders to Fort Bliss National Cemetery. Location: Fort Bliss National Cemetery, 5200 Fred Wilson Blvd, PO Box 6342, Fort Bliss, Texas, 79906. Scope: The Contractor: Shall furnish all labor, material, equipment, and supervision necessary to fabricate and manufacture two thousand (2,000) new galvanized wire flag holders for use at Fort Bliss National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. Time of Completion: Approval of the ten (10) prototypes shall be delivered within 30 days of order. The cemetery will inspect, review, and test the ten (10) prototypes with five (5) working days and if approved, the Contracting Officer will notify the Contractor to complete the emainder of order to be delivered to the cemetery site NLT May 01, 2017. Technical POC: Rodney Duich, Engineer, NCA Continental District. Phone: (303) 914-5702, or e-mail: Rodney.Duich@va.gov. Supplies ITEMS TO BE DELIVERED TO THE FOLLOWING ADDRESS: Fort Bliss National Cemetery Attention: Eldon Woodie, Cemetery Director (915-564-0202) and Ms. Laura Brock, Budget Analyst, (915-564-0202) @ Fort Bliss. 5200 Fred Wilson Blvd Fort Bliss, TX 79906 Submit manufacture s literature and specifications for the pre-galvanized wire used to fabricate/manufacture the flag holders for review and approval prior to the Fabrication/manufacturing process. Award shall be made to the quoter whose quotation offers the lowest-priced technically acceptable solution (LPTA). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) FAR 52.225-18, Place of Manufacture FAR 52.233-2, Service of Protest The Contracting Officer s address is: 155 Van Gordon Street Suite 520 Lakewood, CO 80228 VAAR 852.246-7, Guarantee VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference VAAR 852.252-70 includes the following provisions that must be completed by the offeror: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (September, 2013) The following clauses are included as addenda to FAR 52.212-4: FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System For Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B Destination FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.211-73, Brand Name or Equal VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2014) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) if preferred or an email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a Total Small Business set-aside for products/services as defined herein. The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to Purchasing Agent: Geraldine J Herrera, Continental District, 155 Van Gordon St, Lakewood, CO 80228. Geraldine.Herrera@va.gov NLT April 20, 2017 at 2:00PM (MST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212- 1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; Geraldine.Herrera@va.gov to the Purchasing Agent, (303-914-5703). Scope of Work FABRICATE ADDITIONAL AND REPLACEMENT FLAG HOLDERS FORT BLISS NATIONAL CEMETERY, EL PASO, TEXAS A. The Contractor: Shall furnish all labor, material, equipment, and supervision necessary to fabricate and manufacture 2,000 new galvanized wire flag holders for use at Fort Bliss National Cemetery in accordance with the contract requirements specified below and per applicable industry standards and codes. B. The Work: The Work shall include, but shall not be limited to the following: 1. Fabricate/manufacture new and replacement 0.187 Diameter, pregalvanized wire flag holders to match the existing flag holders in material, color, strength, dimensions, size, and weight in accordance with the attached photographs and indicated dimensions. 2. A minimum of ten (10) finished production samples shall be provided to the COR for inspection, for compliance to the contract requirements, and functionality. Contractor shall receive written confirmation by the CO prior to continuing with the fabrication/manufacture of the remaining contract quantity. 3. Upon approval of the finished production samples, the Contractor shall provide and deliver the remaining 2,000, 0.187 Diameter, pre-galvanized wire flag holders to Fort Bliss National Cemetery. C. Time of Completion: Approval of the ten (10) prototypes shall be delivered within 30 days of order. The cemetery will inspect, review, and test the ten (10) prototypes with five (5) working days and if approved, the Contracting Officer will notify the Contractor to complete the remainder of order to be delivered to the cemetery site NLT May 01, 2017. D. Contractor Quality Control: The Contractor s representative will: a) review and approve submittals, b) inspect the quality of work performed, and c) certify the completed work for payment and other purposes. E. Submittals After Award: Submit manufacture s literature and specifications for the pre-galvanized wire used to fabricate/manufacture the flag holders for review and approval prior to the fabrication/manufacturing process. F. Plans/details: 1. Figure (1), Existing Flag Holder Dimensions 2. Figure (2), Photographs of Existing Flag Holders as Installed G. Cemetery Address: Fort Bliss National Cemetery 5200 Fred Wilson Boulevard El Paso, Texas 79916 Cemetery POC: The cemetery contact for this project is: Eldon Woodie, Cemetery Director, (915) 564-0202 and Ms. Laura Brock, Budget Analyst, (915) 564-0202 at Fort Bliss National Cemetery. Technical POC: Rodney Duich, Engineer, NCA Continental District. Phone: (303) 914-5702 or e-mailRodney.Duich@va.gov. FIGURE (1) The circular pigtail portion of the flag holder is 0.625 inch I.D. and 1 inch O.D. with 3-1/2 twists. 8 ½ inches 6- 7/8 inches 13-7/8 inches 5 inches 5 inches 1-7/8 inches FIGURE (2) END OF SCOPE OF WORK
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0364/listing.html)
- Document(s)
- Attachment
- File Name: VA786-17-Q-0364 VA786-17-Q-0364_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3410374&FileName=VA786-17-Q-0364-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3410374&FileName=VA786-17-Q-0364-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-17-Q-0364 VA786-17-Q-0364_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3410374&FileName=VA786-17-Q-0364-000.docx)
- Record
- SN04470338-W 20170414/170412235058-bbadce762c6bb0b8cf9ea7b20fc85b0f (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 |