SOLICITATION NOTICE
99 -- To provide Poly-Liners for National Poly-Liner Contract. Subject to the availability of FY 2023 Funds; CO/COR: Katherine Iacovelli/Brett Baldree
- Notice Date
- 5/9/2023 10:27:28 AM
- Notice Type
- Presolicitation
- NAICS
- 326121
— Unlaminated Plastics Profile Shape Manufacturing
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78623Q0050
- Response Due
- 6/15/2023 9:00:00 AM
- Archive Date
- 07/15/2023
- Point of Contact
- Katherine Iacovelli, Contract Officer, Phone: 202-894-4357
- E-Mail Address
-
katherine.iacovelli@va.gov
(katherine.iacovelli@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- The National Cemetery Administration is soliciting proposals under Solicitation No. 36C78623Q0050 to manufacture and distribute nationwide, CONUS and OCONUS, polyliners to National Cemeteries. This contract shall include all labor, materials, packaging and transportation necessary to furnish polyliners noted above. The Contractor shall manufacture and deliver all Thermoplastic/Thermosetting Grave liners ordered within 30 calendar days after receipt order (ARO). All Thermoplastic/Thermosetting Grave liners furnished under the contract shall be in strict accordance with the Commercial Item Description below: The General Services Administration has authorized the use of this commercial item description A-A- 30197, dated April 20, 1993, Liner, Grave, Thermoplastic/Thermosetting as a replacement for VA Specification X1708G for Thermoplastic/Thermosetting. This commercial item description describes Thermoplastic/Thermosetting Grave Liners intended for use in National Cemeteries to prevent the sinkage of soil in graves. Work shall be performed in strict accordance with all terms, conditions, specifications, schedules and drawings. Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation, any pertinent OSHA Occupational and Safety regulations, VA and Federal Security regulations and policies, and any State and/or local regulations, laws and codes. The Government will award a Firm Fix Unit Price BPA contract resulting from this solicitation to the responsible offeror whose proposal is the best value to the Government. Proposals will be evaluated in accordance with FAR 15 Contracting by Negotiation to determine which response represents the Lowest Price Technically Acceptable. The award may be made without discussion. Factors that will be evaluated to determine award are past performance, technical and price. They will be evaluated for acceptability. Responsibility determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. Price will be evaluated on the basis of its realism and acceptability to the Government. Risk will be considered in all of these factors. The NAICS Code is 326121. Size standard is 500 employees, Solicitations will be available for download from https://sam.gov/ on or about May 25, 2023. Questions are due by noon on June 6, 2023. Responses to the solicitation are due by noon Eastern time on June 15, 2023. Any amendments to the solicitation will also be available at https://.sam.gov/. Offerors are advised they are responsible for obtaining any amendments. Information shall be submitted in the manner requested in Section E. Failure to submit all documentation required as required so may result in your submission being determined non-responsive and removed from further consideration.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0183647627664e1d85fc76b1808c0d98/view)
- Place of Performance
- Address: Contractor's site, USA
- Country: USA
- Country: USA
- Record
- SN06677171-F 20230511/230509230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |