Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

G -- CARE OF REMAINS FOR ACTIVE DUTY MILITARY PERSONNEL STATIONED AT FORT BRAGG AND POPE AFB, NORTH CAROLINA. PERIOD OF PERFORMANCE IS OCTOBER 1, 2007 THROUGH SEPTEMBER 31, 2008 WITH FOUR (4) ONE YEAR OPTION PERIODS.

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124707T0086
 
Response Due
9/12/2007
 
Archive Date
11/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; q uotes are being requested and a written solicitation will not be issued. Fort Bragg and Pope AFB have a requirement for mortuary services for the care of remains for including services, supplies, transportation. The anticipated period of performance is Oct ober 1, 2007 through September 31, 2008 with four option years. This is request for quotes (RFQ) W91247-07-T-0086 for commercial services IAW FAR Part 12-Acquisition of Commercial Items and FAR Part 13-Simplified Acquisition Procedures. This RFQ is set-asi de for small businesses and the applicable North American Industry Classification System (NAICS) code is 812210 with a size standard of $6.5 million. It will be the responsibility of the contractor to check the website, http://www.fbo.gov, for any changes/ updates to the RFQ. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-19.Questions must be submitted by September 5, 2007 via email to lynn.ellison@us.army.mil. All quotes are due September 12, 2007 at 3:00 PM EDT. Quotes may be e-mailed to lynn.ellison@us.army.mil, faxed to 910-396-5603, or emailed. PERFORMANCE WORK STATEMENT: SCOPE OF WORK: Contractor shall provide for dignified and proper care of remains for active duty military personnel for Fort Bragg an d Pope Air Force Base to include removal of remains room place of death, services and supplies required for preparation of remains, cremation of remains, caskets, urns, outer shipping containers and transportation of remains within the area of performance that is any area within of 30 mile of Womack Army Medical Center, Fort Bragg, North Carolina, in strict compliance with specifications of this RFQ, Armed Services Specifications for Mortuary Services and Supplies. Contractor shall provide Unionalls for al l active duty personnel (water proof, plasto elastic garment with double sewn flexible elastic bounding). The Unionall must be fully cut for easy adjustment and must be available in all sizes (small, medium, large, and extra large). The Contracting Office rs Representative (COR) for each military branch will be responsible for inspecting and signing for their own service's remains. FUNERAL HOME ESTABLISHMENT: The exterior and interior appearance of the funeral home shall give forth the impression of an aes thetically well maintained and professional establishment. The funeral home shall provide a safe, well lighted parking area easily accessible by the general public. The funeral home's interior shall have a chapel, reposing room or rooms, storage facilitie s, music equipment and office facilities. PREPARATION ROOM AT FUNERAL HOME ESTABLISHMENT: The preparation room shall be clean, sanitary, and have a proper ventilation or purification system to maintain a non hazardous level of airborne contamination. Prop er equipment shall be on hand to include instruments, instrument sterilizer, embalming supplies, stationary operating table, hot and cold running water, waste disposal facilities, cosmetics and any other item necessary to perform services for care of remai ns IAW this RFQ. The preparation room shall be have enough room to accommodate preparation of remains to include dressing and casketing simultaneously, or preparation of one and storage of one remains in the same room simultaneously. Preparation room shall be identified as a private area. The only articles and materials which shall be permitted to be stored in the preparation room are supplies, materials and equipment actually maintained for use in embalming. Entrance to the preparation room shall be other than through the reposing room or chapel. CASKETS, URNS, AND OUTER SHIPPING CONTAINERS: All caskets, urns, and outer shipping containers shall conform to the Ar med Services Specifications. Contractor must submit one copy of their published pricing list, along with supplier's or manufacturer's' published price lists for casket, urn, and shipping containers with quote. These lists shall be submitted at no expense to the Government. Manufacturer's price list shall indicate which caskets, urns, or containers are being offered, and to which line item each is applicable. Contractor shall provide the caskets, urns and outer shipping containers within 24 hours of notifi cation from COR. Required caskets, urns and outer shipping containers shall be in inventory on hand or catalogs for viewing. During performance of the contract, contractor shall be required to certify that all supplies and services meet the specifications of the contract on DD Form 2063 IAW COR. The next of kin of active duty members shall have the option to choose either the metal or the hardwood casket, or either the solid bronze or hardwood urn. CREMATORY Contractor shall own and operate a crematory fac ility or an off-site location with refrigeration storage and capacity. All areas of the crematory and holding facility devoted to the reception, storage, cremation and delivery of human remains and all equipment located within the crematory shall be well maintained, and in a clean sanitary condition. VEHICLES The Contractor shall have either through outright ownership or rental agreement, suitable rolling stock (funeral coach, passenger car, etc.) to satisfy contract requirements. Vehicles shall be clean, and in good physical and operating condition. VEHICLE REGISTRATION Prior to commencement of performance, the Contractor shall comply with the requirements of the Installation Provost Marshall's Office for registration of Contractor-owned and Contractor emp loyee-owned vehicles IAW Fort Bragg Regulation 190-5 at http://www.brag.army.mil/PSBC-PM/Information/VehicleRegistation.htm. On 6 April 2007, Fort Bragg began using the RAPIDGate Program at www.RAPIDGate.com, (877) 727-4342. LICENSE AND INSPECTION. Profess ional Requirements. Contractor and employees, including but not limited to embalmers, shall meet all state and local licensing requirements and shall furnish the highest quality of professional services. Preparation and transportation of remains shall be performed IAW all applicable federal, state and local health laws, statues, and regulations. The Contractor shall obtain and furnish all necessary health department and shipping permits at no additional costs to the Government, and shall insure that all necessary health department permits are in order for disposition of the remains. All licenses for the funeral home and employees to include trade embalmers and trainees shall be displayed in a public place for viewing by Government personnel and next of ki n of the deceased. Upon request, contractor shall be prepared to furnish a General Price List to Government personnel and the next of kin of the deceased. Contractor shall be required to furnish proof that the funeral home and the crematory have passed th e last two inspections by the North Carolina State Board of Mortuary Science. All licenses, permits, registrations, inspections, and validity of documents are subject to verification with the North Carolina State Board of Mortuary Science. For cremation se rvices the Contractor is required to cremate the wooden caskets purchased by the Government with the remains. The crematories may reserve the right to remove the metal from the caskets before burning. The Office of the Assistant Secretary of the Army (Manp ower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL CONTRACTOR MANPOWER (including sub-contractor manpower) required for performance of this contract. The Contractor is required to comple tely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. END OF STATEMENT Authorized Personn el of the Fort Bragg Directorate of Contracting are authorized to place oral or written delivery orders. Upon award of contract, contractor will be notified as to requesting activity personnel for Fort Bragg and Pope Air Force Base authorized to place del ivery orders. All quantities and amounts for Supplies / Services are estimated. Invoices shall be submitted in original and three copies to Fort Bragg: Commander, XVIII ABN CORPS and Fort Bragg, ATTN AFZA-AG-BPC Soldier Support Center, Mortuary Officer Fo rt Bragg, North Carolina 28310-5000. Pope Air Force Base: Commander 43rd Services/Mortuary Affairs 374 Maynard Street Suite I Pope Air Force Base, North Carolina 28308. Contractors are requested to indicate whether they will accept the credit card as a m ethod of payment. Delivery information will be provided by the COR and authorized personnel. All required Armed Services Specifications for Mortuary Services and Supplies (Army Regulation 638-2 (AR 638-2), PAM 638-2, and Air Force Instruction 34-242 (AFI 34-242) can be reviewed at the Appendixes on the following web sites: http://www.usapa.army.mil/gils/ and http://afpubs.hq.af.mil Price: The contractor shall provide pricing as set up below line items (CLIN) for the base year. Contractor shall provide pricing as set up below CLINs for the four option years (same estimated quantities and units per each of the four years.) Total quote shall be for a total of five years from October 1, 2007 through 30 September 2012 CLIN Supplies/Services Est Qty/Unit per Year Unit Price 0001: 49/ea $_______________ Base Year: October 1, 2007 through 30 September 2008. Processing of remains to include the complete preservation (embalming) and disinfection, application of restorative art techniques and/or cosmetics, dressing and /or wrapping, dressing in garments (uni onall), casketing and any other items necessary to perform this service in accordance with the specifications of this RFQ, and the Armed Services Specifications for Mortuary Services and Supplies. 0002: : 1/ea $_______________ Cremation of remains in accordance with specifications of this RFQ, and the Armed Services Specifications for Mortuary Services and Supplies. NOTE: Urns ARE NOT to be priced in this item. 0003: : 1/ea $_______________ Rental of Casket with Cremation Insert 0004: : 27/ea $_______________ Casket, Hardwood, standard size 0005 : 2/ea $_______________ Casket, hardwood, Oversized 0006: 42/ea $_______________ Casket, Metal, Standard Size 0007: 4/ea $_______________ Casket, Metal, Oversized 0008: 1/ea $_______________ Urn, Solid Hardwood 0009: 1/ea $_______________ Urn, Solid Hardwood, Oversized 0010: 1/ea $_______________ Urn, Solid Bronze 0011: 1/ea $_______________ Urn, Solid Bronze, Oversized 0012: 45/ea $_______________ Container, Outer, Shipping, Standard Size 0013: 5/ea $_______________ Container, Outer, Shipping, Oversized 0014: 2000/ea $_______________ Transportation 0015: 1/ea $_______________ Accounting for Contract Manpower Reporting Evaluation Factors The government will award a fixed-price requirement type contract resulting from this RFQ to the responsible contractor with the lowest fair and reasonable price and technically acceptable quote conforming to the combined synopsis / solicitation and is mos t advantageous to the government. Written quotes to include descriptive literature will be evaluated as to address all the requirements as described in the RFQ. To be eligible for contract award, a contractor must be register with the Central Contractor R egistration (CCR) database. For instructions on registering with CCR, please see CCR website at www.ccr.gov. a. Price  Prices will be evaluated using price analysis techniques for the total price of a base year and four one-year options. Awarded prices shall be determined fair and reasonable based on price analysis. Contractors shall submit, with their quotes, a copy of their established pricing list, along with the suppliers or manufacturers published price lists for casket, urn, and shipping containers. b. Technical - Technical acceptability will be determined on the content and merit of the submitted in response to the RFQ and the results of an unannounced inspection. Prior to contract award, an unannounced inspection will be conducted at the proposed p lace of performance of the responsible contractor with the lowest fair and reasonable price. Contractor must obtain a rating of satisfactory demonstrating compliance with this RFQ. Representations and Certifications, FAR 52.212-3 and DFARS 252.212-7000 a re required to completed and submitted with quote. c. Past Performance -The Contractor must submit at least three past performance references for recent and relevant contracts performed within the past three years for the same or similar items required under the RFQ. Contracts may include those with Feder al, State and local Government as well as private companies. Each reference must include the following information: Contract Number and contract dollar value, contract period of performance, brief description of the contract requirements, contract point o f contact, telephone number, and facsimile number. Banking Information - submit the name and address of the Contractors bank or financial institution, the contractors account number, and the name, title, and telephone number of the contractors point of contact. The banking information may be used, in part, to determine responsibility as required under FAR 9.104-1 General Standards. The Government may request information from the contractors financial institution to determine that the contractor has ade quate financial resources, or the ability to obtain the resources, to perform the contract requirements. The contractor should submit a statement authorizing the financial institution to release applicable information. FAILURE TO PROVIDE THE ABOVE DOCUMEN TS OR INFORMATION MAY EXCLUDE THE QUOTER FROM CONSIDERATION The following provisions and clauses apply to this contract: 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-6 Notice Of Total Small Business Set-Aside 52.232-17 Interest 52.237-3 Continuity Of Services 25 2.201-7000 Contracting Officer's Representative 252.204-7000 Disclosure Of Inform ation 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acq of Commercial Items 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012 Preference For Certain Domestic Commodities 252.225-7031 Secondary Arab Boycott Of Israel 252.237-7002Alt Award To Single Offeror (Dec 1991) - Alternate II 252.237-7004 Area of Performance 252.237-7005 Performance and Delivery 252.237-7006 Subcontracting 252.237-7007 Termination for Default 252.237-7008 Group Interment 252.237-7009 Permits 252.237-7010 Facility Requirements 252.237-7011 Preparation History 252.242-7000 Postaward Conference 252.243-7001 Pricing Of Contract Modifications Full-text versions provisions and clauses can be accessed electronically at http://www.arnet.gov/far NOTE - IAW FAR Clause 52.217-8, Option to Extend the Services, the Government may extend the services by written notice to the contractor anytime prior to expiration date of the contract. 52.216-18 ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued for performance periods as specified in the schedule. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the c ontract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $10,000.00; (2) Any order for a combination of items in excess of $20,000.00; or (3) A series of orders from the same ordering office within 2 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requireme nt exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 0 days after issuance, with written not ice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Exc ept as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government a ll supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government m ay acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and oblig ations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided that the Contractor shall not be required to make any deliveries under this contract after sixty-six (66) months. (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Ambulance Driver $14.39, Embalmer $18.08, Mortician $17.71 252.237-7003 REQUIREMENTS. (DEC 1991) (a) Except as provided in paragraphs (c) and (d) of this clause, the Government will order from the Contractor all of its requirements in the area of performance for the supplies and services listed in the schedule of this contract. (b) Each order will be issued as a delivery order and will list -- (1) The supplies or services being ordered; (2) The quantities to be furnished; (3) Delivery or performance dates; (4) Place of delivery or performance; (5) Packing and shipping instructions; (6) The address to send invoices; and (7) The funds from which payment will be made. (c) The Government may elect not to order supplies and services under this contract in instances where the body is removed from the area for medical, scientific, or other reason. (d) In an epidemic or other emergency, the contracting activity may obtain services beyond the capacity of the Contractor's facilities from other sources. (e) Contracting Officers of the following activities may order services and supplies under this contract -- Fort Bragg Installation Business Office - Contracting; Casualty, Mortuary Office, Personal Affairs Office, Fort Bragg; and 43rd Services/Mortuary Af fairs Office, Pope Air Force Base. DEPARTMENT OF LABOR WAGE DETERMINATION NO. 2005-2393(Rev 5) dated 08/15/2007 is incorporated in and made a part of this RFQ. See website: http://www.wdol.gov/ Point of Contact: Lynn Ellison, Contract Specialist, Phone (910) 907-4738, Fax (910) 907-5603, Email lynn.ellison@us.army.mil
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01387734-W 20070830/070828221919 (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.