Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2017 FBO #5690
SOLICITATION NOTICE

99 -- Furnish Concrete Graveliners to Ft. Scott National Cemetery. Subject to availability of FY2018 funding.

Notice Date
6/20/2017
 
Notice Type
Synopsis
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617R0546
 
Response Due
7/7/2017
 
Archive Date
9/5/2017
 
Point of Contact
sheryl.palacio-davis@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This Pre-Solicitation Notice, a 100% Set-Aside for Small Business (SB) Page 4 of 4 This Pre-Solicitation Notice is a 100% Set-Aside for Small Business (SB), that The National Cemetery Administration is soliciting offers under Solicitation Number VA786-16-R-0546, for Fort Scott National Cemetery, located at: Fort Scott National Cemetery 900 East National Ave Fort Scott, KS 66701-2954 Classification Code (NAICS) is 327390 (Other Concrete Product Manufacturing), Size Standard is 500 employees. The contractor shall provide all labor, materials and transportation necessary to fabricate, deliver and install Type I - Concrete Vaults, Style 1 - Box with separate Flat Lid at Fort Scott National Cemetery. All work shall be performed in strict accordance with the terms and conditions of the contract for the Base Period of Date of Contract Award through September 30, 2022 with Four (4) One Year Options to extend the term of the contract, if exercised. Contractor is responsible to keep pace with Burial & Grave Liner Installation activities of the Fort Scott National Cemetery when providing services. The Contractor shall stage Graveliner on ground adjacent to open gravesite. Contractor shall remain on site and in close proximity to NCA excavation crews until casket is placed in Graveliner by cemetery employees. Contractor must ensure all Graveliners covers are in place. Contractor shall install closed Concrete Graveliner into gravesite. Normally several crews are used daily for excavations which will result in Graveliners being installed at different Sections of the Cemetery. Fort Scott National Cemetery uses a grave site measuring 4' x 8' and 5' x 10'. This will require exact preciseness in placement of graveliners. Grave depths are generally 5 to 7 feet deep but may exceed seven feet. Placement of Orders: Orders for concrete Crypts / Grave Liners at Fort Scott National Cemetery will be placed by the COR or designee. Orders may be emailed or faxed to the contractor at the COR's discretion. INTENT OF PROJECT The Contractor shall provide graveliners for all casket burials whenever a preplaced crypt is not being used or the next of kin does not furnish an outside container. INSIDE DIMENSIONS Small Liner 60 inches by 21 inches by 19 inches Medium Liner 86 inches by 30 inches by 24 inches Oversize Liner 90 inches by 32 inches by 26 inches Extra Large Liner 92 inches by 36 inches by 28 inches Metric Products: Products manufactured to Metric Unit dimensions (centimeters / kilograms / metric ton) will be conducted on an equal basis with those manufactured to Imperial Unit dimensions (inch / pound) units, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard No. 376, and all other requirements of this document are met. (Note: If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch-pound units, a request will be made to the Contracting Officer, in conjunction with the COR, who will accept or reject the product). GENERAL REQUIREMENTS It shall be the Contractor's responsibility to: 1) Keep pace with the Graveliner requirements of the Fort Scott National Cemetery in presenting graveliners; 2) Remain in close proximity to excavation crews as directed and customarily required by National Cemetery policy; and 3) Remain on station until grave covers are in place. Normally more crews are used daily for excavation, which will result in several different areas being used. Fort Scott National Cemetery uses a grave site measuring 4' x 8' and 5' x 10'. This will require exact preciseness in placement of graveliners. Grave depths are generally 5 to 7 feet deep but may exceed seven feet. INSTALLATION All installations normally associated with the placement of the graveliners shall be the Contractor's responsibility. The Contractor shall provide sufficient manpower and equipment for the safe, acceptable, and timely installation of the units. Contractor's equipment and operating procedures shall meet all OSHA AND DOT requirements. The National Cemetery will not provide employees to assist with the installation. The installation of the graveliners requires a sufficient crew to lower the Graveliner into the grave as not to cause a cave-in. If a cave-in results, the Contractor shall be responsible for making repairs and correcting deficiencies. When lowering the Graveliner, the Contractor shall keep the liner level at all times preventing it from going side to side as well. The Contractor shall assure that graveliners are properly guided into the grave. ATTENTION ALL OFFERORS: Offers received from concerns that are not Small Business (SB) concerns shall not be considered. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. Evaluation Criteria for this award will be in the following order: The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Past Performance; (2) Technical Qualifications; and Price. Past performance and technical, when combined, are significantly more important than price. Evaluation criteria for this award will be Lowest Price Technically Acceptable (LPTA). Award will be made to the vendor whose price is lowest amongst all Quoters provided and is deemed to be technically acceptable. Having the lowest price does not automatically constitute the premise for award. If your Quote is the lowest price, but your product does not meet the salient characteristics as set forth in the Solicitation, Statement of Work (SOW), and SPECS, you will not be awarded the contract. Note to Offerors: These specifications are required to be included in the proposal. Failure to furnish them will result in your offer being removed from consideration. Electronic solicitations will be available for download from Federal Business Opportunities (FedBizOpps) at http://www.FedBizOpps.gov on or before 28 June, 2017. No paper copies will be issued. Offerors are advised that they are also responsible for obtaining and signing/dating ALL Amendments to the solicitation which will be available at FedBizOpps. (Solicitation posting, to FBO, date is subject to change as necessary and an Amendment to this Pre-solicitation will be posted if the date changes). Proposals are due on 07 July, 2017, at 2:00 P.M. EST. All Proposals shall be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov Please go to 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 Proposals through the Vendor Portal domain, prior to the solicitation closing date, contact the VAAS helpdesk at 1-877-634-3739, or via E-mail at VA.Acquisition.Systems@va.gov Submission of proposals through E-mail will NOT be accepted. Proposals transmission/uploads shall be completed by the date/time specified in the SOLICITATION. Late or incomplete Proposals will not be considered. No telephone requests/questions will be accepted. Any questions for this PRE-Solicitation only should be sent via E-mail to Sheryl.palacio-davis@va.gov. COMMERCIAL ITEM DESCRIPTION (IMPERIAL) (A-A-30194) (July 26, 1993) LINER, GRAVE, CONCRETE The General Services Administration has authorized the use of this commercial item description as a replacement for VA Specification X1708G for concrete. This commercial item description describes Concrete Graveliners intended for use in National Cemeteries to prevent the sinkage of soil in graves. Salient Characteristics. LINER, GRAVE, CONCRETE - Shall be constructed from reinforced concrete utilizing Portland Cement; Cement will be of commercial quality using steel and/or polypropylene reinforcement. In addition the material(s) used in the production of concrete graveliners shall be impervious to any destructive action of the natural elements possibly contained in the cemetery soil which can range from extreme acidic to extreme alkaline conditions. Concrete graveliners must be properly cured for 28 days before delivery and the concrete must have a minimum compression strength of 4,500 pound-force/square-inch (psi). Style 1 - Box with separate lid Style 2 - Dome with a base Style 3 - Dome without a base SIZES INTERNAL DIMENSIONS (Imperial Unit) a. Small Liner 58 in by 20 in by 18 in b. Medium Liner 86 in by 30 in by 24 in c. Oversize Liner 90 in by 32 in by 26 in d. Extra Large Liner 92 in by 36 in by 28 in Internal dimensions listed above are nominal for the standard sizes and small variances are permitted in the use of standard commercial products providing size permits use of standard caskets. UNIT: EACH Workmanship: Graveliners shall be free from defects which detract from its appearance or impair its serviceability. Production specification: The following must be included as part of the bid: a. Type of material or materials b. Material specifications c. Methods of construction d. Testing procedures and findings NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUN-2017); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617R0546/listing.html)
 
Place of Performance
Address: Fort Scott National Cemetery;900 East National Ave;Fort Scott, KS 66701-2954
Zip Code: 66701
Country: USA
 
Record
SN04550601-F 20170622/170620234254 (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.