Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

83 -- INTERMENT FLAGS

Notice Date
2/22/2007
 
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-101-07-RQ-0179
 
Response Due
3/9/2007
 
Archive Date
3/24/2007
 
Small Business Set-Aside
Total Small Business
 
Description
1. Type of Document: Combined Synopsis/Solicitation 2. Title: Interment Flags 3. Response Date: March 9, 2007 4. Point(s) of Contact: Shaundra Duggans, Contract Specialist, phone: 202-273-8827, fax: 202-273-7448, E-mail: shaundra.duggans@va.gov 5. Solicitation or Reference Number: VA-101-07-RQ-0179 6. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Responses reflecting availability of the service as described are requested in the form of a quote. This requirement is a total small business set-aside. The NAICS code is 314999 with a small business size standard of 500 employees. The due date for quotes is Friday, March 9, 2007 at 3:00 p.m. Eastern time. Quotes shall be submitted electronically to the identified point of contact at shaundra.duggans@va.gov. The Department of Veterans Affairs (VA) provides interment flags to veteran's families for burial ceremonies upon request. Although the Department is in the process of awarding definite quantity contracts for interment flags, our reserve quantities have fallen below the standard minimum by a quantity of 172,014 flags. As such, VA needs to replenish its inventory immediately and will accept responses ONLY from offerors who have successfully provided flags to the Department on prior awards. The Department intends to award a fixed price definite quantity contract (s) for the replenishment of this inventory. 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 VA. 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 attachments 1 and 2 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 contract specialist upon request. Note: Interested offerors shall contact Shaundra Duggans at Shaundra.Duggans@va.gov to receive copies of Attachments 1 and 2. 7. Evaluation: All quotes shall be submitted in two (2) separate volumes as follows: Volume I (Technical Quote) - All Offerors shall include information on their ability and means to furnish the proposed quantity of flags to the delivery destination, including information on supply/service availability from first and second tier suppliers of finished material, flag weaving and embroidery, if any. The Offeror shall affirmatively state in the quote that all 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." To be considered a responsible offeror, each contractor submitting quotes for this requirement shall have successfully provided interment flags to VA on a previously awarded contract and have included that contract number in the Technical volume of the quote submission. As such, flags submitted under this requirement will not be subjected to first article testing by the Government. The contract resulting from this RFQ requires delivery on the 15th government working day (if weekend or holiday, the next business 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. Each month will have a required delivery quantity of 28,669 flags. All deliveries shall be FOB Destination. The place(s) of performance must be clearly specified in the technical quote. Volume II (Price Quote) - Pricing shall be provided in a separate volume with the unit price specified for each flag and the proposed number of flags multiplied by the unit price for flags. Prices proposed shall be FOB Destination to the destination specified above. The period of performance is 6 months from date of contract award. 8. Award Decision: The government reserves the right to make multiple awards. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. In the instance where the apparent successful offeror's proposal indicates it does not have the capacity to provide the entire flag quantity requested the Government will make multiple awards. Under this circumstance, award would be made based on the quantity the offeror is capable of providing and the next apparent successful offeror will be awarded a contract for the difference. This process will continue until the flag quantity requested is attained. Technical criteria are the offeror's ability and means to furnish the proposed quantity of flags and past performance on previous awards with the Department. 9. Provisions and Clauses: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.arnet.gov/far. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more 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): http://www.arnet.gov/far. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items (SEP 2006) Paragraph (e) is modified as follows: Offerors are not permitted to submit multiple quotes presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) Paragraph (a) is modified as follows: The Government will award a contract (s) resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability and price. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SEP 2005) Paragraph (o) is modified as follows: Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract - i.e. conform to the federal commercial item description (as modified herein below) and public law PL 105-261 section 1073. 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 1 and 2 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. Addendum to FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SEP 2005) FAR 52.247-34 F.O.B Destination (NOV 1999) FAR 52.217-6 Option for Increased Quantity The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days and the option quantity shall be 20% of the award quantity. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days. (End of Clause) VAAR 852.252-1 Provisions or Clauses That Require Completion by the Offeror or Prospective Contractor (DEC 1999) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. The requirements of FAR 52-212-3, Offeror Representations and Certifications-Commercial Items (NOV2006) and 52-212-4, Contract Terms and Conditions-Commercial Items (as modified herein) (SEPT 2005) and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV 2006) are incorporated by reference and must be submitted with quote. A copy of the Representations and Certifications is available at http://www.arnet.gov/far/loadmainre.html. The following FAR Clauses under FAR 52.212-5 are applicable to this acquisition: 52.203-6 Alt I (OCT 1995), 52.219-7 (JUNE 2003), 52.219-14 (DEC 1996), 52.222-21 (FEB 1999), 52.222-26 (APR 2002), 52.222-35 (SEP 2006), 52.222-36 (Jun 1998), 52.222-37 (SEP 2006), and 52.232-33 (OCT 2003). Additionally, FAR clauses 52.219-17 (DEC 1996) (applicable only for 8(a) awards, 52.219-18 (JUNE 2003)(applicable only for 8(a) awards), and 52.233-2 Service of Protest (SEP 2006) (inserts to read: Hand Carried Address: Department of Veterans Affairs, Office of Acquisition and Material Management, 810 Vermont Avenue, NW, Washington DC 20420 - the mailing address is the same as the hand carried address) are incorporated by reference. The following VAAR clauses are incorporated by reference: VAAR 852.203-71 Display of DVA Hotline Poster (DEC 1992); VAAR 852.233-70 Protest Content (JUNE 1998); VAAR 852.233-71 Alternate Protest Procedure (JUNE 1998); VAAR 852.270-1 Representatives of Contracting Officers (APRIL 1984). (End of provision) All responsible sources may submit a quotation that, if timely received, shall be considered by the agency. Contact person: Shaundra J. Duggans at 202-273-8827; email: shaundra.duggans@va.gov. Please cite solicitation number VA-101-07-RQ-0179 in the quotation. Quotations must be received by 3:00 p.m. Eastern Time on March 9, 2007.
 
Record
SN01236731-W 20070224/070222220458 (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  © 1994-2020, Loren Data Corp.