SOLICITATION NOTICE
G -- Mortuary Services
- Notice Date
- 10/4/2024 1:08:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812210
— Funeral Homes and Funeral Services
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24724Q1040
- Response Due
- 10/14/2024 8:00:00 AM
- Archive Date
- 10/29/2024
- Point of Contact
- Lasonja Harvey, Contracting Officer, Phone: 478-272-1210 x3112
- E-Mail Address
-
lasonja.harvey@va.gov
(lasonja.harvey@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ (Request for Quotation). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07 effective August 29, 2024. This solicitation is set-aside for small business concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 812210 with a small business size standard of $12.5 million. The PSC is G001. The Department of Veterans Affairs, Central Alabama VA Health Care System (CAVAHCS) located at 215 Perry Hill Road, Montgomery Alabama 36109 is seeking to purchase Mortuary Services for deceased veterans. The Contractor shall provide the facilities, professional services, management, labor, tools, supplies, equipment, and transportation necessary to provide mortuary services for deceased veterans on an as needed basis as described herein see attached Solicitation PWS Clauses and Provisions. The period of performance for this requirement is for one base year from November 01, 2024 through October 31, 2025, with four (4) one-year option periods. See the attached Solicitation PWS Clauses and Provision for a full description of the required services, deliverables and tasks, qualifications, and applicable clauses and provisions. Provisions and Clauses This contract incorporates one or more provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far and https://www.va.gov/oal/library/vaar/. See attached for full list of Clauses and Provisions applicable to this requirement. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES QUOTE SUBMITTAL INSTRUCTIONS: To assist the Government in determining the Offeror s ability to provide services described in this solicitation and ensure proper evaluations, all quotes must be submitted in accordance with the following instructions: Technical Capability. The Offeror shall provide a brief technical narrative or capability statement sufficient for the Government to assess the Offeror s technical capability to perform the services in accordance with the solicitation. Sufficient technical capability and documentation includes, but is not limited to, the following: Business information. Name of business, the location and address for the facility/funeral home, operating hours, and the primary point of contact name, email, and phone number; List of personnel, job title, and position description with their experience, qualifications, and competence to perform the specific services identified; Description of facilities/resources. Describe and provide documentation of the Offeror s resources such as facilities, equipment, permits, license, insurance, and any other documents/data as evidence that the Offeror has the resources and capabilities to satisfactory perform the services requested in the state of Alabama. Past Performance. Offeror shall provide at least two references that are recent (within one year) and relevant (mortuary service) and likely to respond to the Government s request for information regarding the Offeror s past performance quality. Reference information must include a point of contact, company name, address, telephone number(s), e-mail address, and dates that services were provided. The Government may contact references provided by the Offeror and use the information received to evaluate the offeror's past performance and assess the relative risks associated with an Offeror s likelihood of success in fulfilling the solicitation s requirements. Price. Offerors shall complete and submit their prices using the table at B.2 Price/Cost Schedule of the attached Solicitation PWS-Clauses and Provisions. The Offeror must identify all elements of their price for the services listed in the schedule, including unit price, total amount for each period of performance, and grand total. To facilitate the award process, all quotes must include a statement regarding the terms and conditions of this requirement as follows: Either ""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: Note: Quoters shall list exception(s) and rationale for the exception(s), if any. SUSPENSE DATES AND CONTACT. Questions. Questions pertaining to this solicitation must be e-mailed to the Contracting Officer, Lasonja Harvey, at lasonja.harvey@va.gov no later than October 8, 2024 at 11:00 AM ET. Response to questions will be published to Contract Opportunities as an amendment to this solicitation. To ensure proper receipt and processing of questions, Offerors should include solicitation ID # 36C24724Q1040 in the subject line of all e-mails. Quotes: Quotes must be e-mailed to the Contracting Officer, Lasonja Harvey at lasonja.harvey@va.gov no later than October 14, 2024 at 11:00 AM ET and include the information/items noted under Instructions to Offerors. To ensure proper receipt and processing of quotes, Offerors should include solicitation ID # 36C24724Q1040 in the subject line of all e-mails. Amendments: Any changes to this solicitation and/or responses to Questions submitted, will be published on Contract Opportunities as an amendment to this solicitation. Offerors and interested parties are responsible for monitoring the solicitation on Contract Opportunities for changes or additional information. FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Basis of Award. The Government will award a single contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous (best overall benefit) to the Government. The following factors shall be used to evaluate quotes: technical capability, past performance, and price. Evaluation Approach. Quotes will be evaluated using comparative evaluations in accordance with the Simplified Acquisition Procedures of FAR 13.106-2(b)(3). Comparative evaluation is the side by side pairwise comparison of quotes based on noted factors to determine which quote is the best overall. The Government reserves the right to consider a quote other than the lowest price that provides additional benefit and/or a quote that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Quotes will be assessed, first, to ensure they meet the minimum requirements of the solicitation. Quotes that comply with the solicitation will then be evaluated using the comparative evaluation process. The evaluation will consist of the following factors: Technical Capability: Evaluation of Offerors ability to successfully perform the services in accordance with the solicitation based on the technical narrative, capability narrative, and supporting documentation submitted with the Offerors quote. Site Visit: Due to the nature of this requirement, the Government will perform a Site Visit at the Offerors facilities to determine if the Offeror s facility meets the basic requirements prior to award. The site visit may or may not be announced and will be conducted during the normal operation hours. Results and feedback from the site-visit will be used in the technical capability evaluation of Offerors. Past Performance: The past performance evaluation will assess the relative risks associated with an Offeror s likelihood of success in fulfilling the solicitation s requirements. Consideration will be given to the relevancy, recency, and the quality (how well) the Offeror performed similar services. Past performance evaluation may be based on information received from Offeror provided references, past performance received from other sources or personnel familiar with the Offeror s past performance; or any other reasonable basis. Offerors with no relevant past performance history will be evaluated neither favorably nor unfavorably. However, past performance obtained will be considered when conducting comparative evaluations. Price: The Government will evaluate the price to determine whether the proposed price is fair and reasonable and which Offeror s quote is the most advantageous to the Government. Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of quotes based on price, unless, after reviewing the quotes, the Government determines that there is a basis for finding otherwise. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3fb47f49a6574bbea2c09d4771a501aa/view)
- Record
- SN07233767-F 20241006/241004230107 (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 |