Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
DOCUMENT

99 -- Request for Information Calverton and Long Island Onsite Inscription - Attachment

Notice Date
5/15/2018
 
Notice Type
Attachment
 
NAICS
327991 — Cut Stone and Stone Product Manufacturing
 
Contracting Office
Department of Veteran Affairs;National Cemetery Administration;75 Barrett Heights Road, Suite 309;Stafford, VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618Q9476
 
Response Due
5/21/2018
 
Archive Date
6/20/2018
 
Point of Contact
Antionette Collins-Somerville
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 Introduction: This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The National Cemetery Administration (NCA) is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this source sought announcement. NCA is seeking interested sources (contractors) for a near-future solicitation. We are looking for potential contractors to include manufacturers with a socio-economic status of Large, Small, Service Disabled Veteran Owned Small Business, Veterans Owned Small Business. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The Department of Veterans Affairs (VA), National Cemetery Administration (NCA) furnishes headstones, markers and niche covers (monuments) for deceased Veterans worldwide. Memorial monuments are also furnished to memorialize veterans whose remains are non-recoverable. III. Requirements: The purpose of this RFI is to determine potential sources that can provide inscription services at Calverton National Cemetery and Long Island National Cemetery to provide all labor and materials necessary to perform inscription services on cemetery and approved Government owned headstones, marker, niche covers. We are looking for vendors whom would be interested in performing on-site inscription services at both or either Calverton National Cemetery and Long Island National Cemetery, FOB Destination. Inscription services would be performed on the following types of marble markers: J1, H1, U1, R2. IV. Submittal Information: Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable Service Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSB) respond, the acquisition strategy will most likely be a SDVOSB or VSOB set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time, no acquisition strategy has been decided. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements.   YOU MUST ADDRESS ALL THE CRITERIA LISTED BELOW IN YOUR RESPONSE. Experience Please provide no more than three (3) contracts that your company has performed inscription services within the last five (5) years that are related to marble headstones. Please provide no more than three (3) contracts that your company has performed within the last five (5) years that are related to marble headstones manufacturing. Experience in producing a large volume of marble products or marble headstones. Describe your Self-Performed* effort (as a Prime Contractor) as it relates to the requirements in the draft statement of work. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners contact information. Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, Economic Price Adjustment, etc. B. Capabilities / Qualifications A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. If, you are a Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, please provide a copy of your verified VETBIZ VIP capabilities. Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company.   Please specify the percentage of work each company will perform. If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. Questions A written response is required and it must be clear and unambiguous. A single response of Yes or No will not be accepted. FAILURE TO RESPOND TO THESES QUESTIONS WILL ELIMNATE YOU AS A POTENTIAL RESPONDENT. If this acquisition should be set-aside as a Service Disabled Veteran Owned Small Business, will your company be able to meet the following clauses? FAR 52.219-27 NOTICE OF SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (NOV 2011) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) How long has your company provided these services? What services or products are sub-contracted? Please provide a breakdown of what your company sub-contracts. Business Category Name of Company Type of Service/Supply Large Small Disadvantaged Business** Total Small Business Woman Owned Small Business Hub Zone Small Business Veteran Owned Small Business Service-Disabled Veteran Owned Small Business Are your products or services sub-contracted to a large business or another small business? Would you provide an on-site inscriber at each location or service both locations with only one inscriber? Please submit electronic responses (via email) to Antionette Collins-Somerville at Antionette.Collins-Somerville@va.gov no later than 12:00 PM EST on Friday, May 21, 2018. Please submit emails with compressed or small document attachments to ensure timely and successful submission. Submit any questions related to this RFI through email. QUESTIONS RELATED TO ANTICIPATED DATES FOR SOLICITATION RELEASE WILL NOT BE ADDRESSED. Disclaimer THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality, No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9476/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q9476 36C78618Q9476.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305369&FileName=36C78618Q9476-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305369&FileName=36C78618Q9476-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Calverton National Cemetery;Long Island National Cemetery;210 Princeton Blvd;Calverton, NY
Zip Code: 11933
 
Record
SN04923011-W 20180517/180515230711-66cc31237977d125332d4ed030e948a9 (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.