Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOURCES SOUGHT

99 -- URNS LINERS SOURCES SOUGHT

Notice Date
7/14/2014
 
Notice Type
Sources Sought
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-14-R-0122
 
Response Due
7/24/2014
 
Archive Date
9/12/2014
 
Point of Contact
Haydee L. Soto-Carreras, 703-806-4435
 
E-Mail Address
MICC - Fort Belvoir
(haydee.l.soto-carreras.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Urns Liners Sources Sought This sources sought announcement is for information and planning and market research purposes only; it is not a commitment to the Government. A contract may not be awarded as a result of this sources sought announcement. The Mission and Installation Contracting Command-Fort Belvoir (MICC), on behalf of the Arlington National Cemetery (ANC) intend to procure non- personal services necessary to provide and deliver concrete Urns Liners for urns containing cremated human remains per manufacturing specifications. The contractor shall provide a capability statement that addresses how they will meet the government minimum requirements IAW with the following specifications: DESCRITION OF ITEMS: Medium Concrete Urn Liner: QUANTITY: 1500 Interior (Top Length, Top Width & Height): 12.5 quote mark x 12.5 quote mark x 12 quote mark Interior (Bottom Length, Bottom Width): 12 quote mark x 12 quote mark Interior tapers downward from Top to Bottom Length and Width. Interior Top Diagonal: 17.63 quote mark Exterior (Length, Width & Height): 14 quote mark X 14 quote mark X 15 quote mark Exterior Diagonal: 19.74 quote mark Rebar includes: -16.5 quote mark in length pieces of #3 Grade 40; X pattern in lid with cast Rebar Handle -Polypropylene Structural Fibers conforming to American Standards for Testing and Materials (ASTM) C1116. Large Concreter Urn Liner: QUANITY: 500 Interior (Length, Width & Height): 14 quote mark X 14 quote mark X 14.5 quote mark Exterior (Length, Width & Height): 16 quote mark X 16 quote mark X 15 quote mark Interior Diagonal: 19.74 quote mark Exterior Diagonal: 22.56 quote mark Rebar includes: -16.5 quote mark in length pieces of #3 Grade 40 Rebar X-Pattern in lid with Cast Rebar Handle -Polypropylene Structural Fibers conforming to American Standards for Testing and Materials (ASTM) C1116 Type III Section 4.1.3 see the ASTM Website at http://www.astm.org/ MISC: Urn liners shall be constructed from reinforced concrete Portland cement. Cement shall be of commercial quality, using steel and/or polypropylene reinforcement which is compliant with the Specification for Aggregate for Job-Mixed Portland Cement - based Plasters specification standard and all applicable Federal and State of the Commonwealth of Virginia rules and regulations. The urn grave liners shall be designed and constructed to meet the structural performance requirements addressed in above specifications be cured not less than 30 days prior to delivery and installation. Each grave liner lid shall include the manufacture date permanently recorded. The vendor shall deliver the requested amount of Urn Liners within 72 hours of the request. Using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 10:00AM, EST July 24, 2014, the requirement will be solicited as a 100% set-aside for small business accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 327390 with a size standard of 500 employees are encouraged to submit their capability packages. Capability statements should respond to all items requested in this notice. Standard brochures will not be considered as a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements. Telephone calls, facsimiles, and/or requests for a solicitation will not be accepted or acknowledged. The capability statement should include the following: (1) Name of business; (2) Contact information (address, telephone, facsimile, e-mail, website address); (3) DUNS number, business size and classification; (4) Technical description of ability to meet the requirement (description should address technical competencies, and organizational experience relative to this requirement); (5) The concerns capacity to manage the anticipated volume of work under this requirement. The capability packages for this source sought is not a proposal, but rather statements regarding the company's existing experience in relation to the areas specified above. Capability packages shall not exceed ten (10) pages and shall be submitted via e-mail to Haydee L. Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil at no cost to or obligation to the government. All amendments will be posted and shall be retrieved from this website. quote mark Responses to the Sources Sought shall be submitted by email to the POC identified below. No solicitation mailing list will be compiled. No phone calls will be accepted. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Haydee L. Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/482b34cf8742d14dc146d538e16674c2)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN03423719-W 20140716/140714235331-482b34cf8742d14dc146d538e16674c2 (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.