Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2019 FBO #6484
SOLICITATION NOTICE

99 -- FY20 MPS - Nationwide - NEW CONTRACT OFF-SITE OF (W1) BLANK/INSCRIPTION FOR NATIONWIDE DISTRIBUTION.

Notice Date
8/23/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
327991 — Cut Stone and Stone Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78619Q0392
 
Response Due
9/23/2019
 
Archive Date
11/22/2019
 
Point of Contact
Antionette.Collins-Somerville@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of Page 17 of 17 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR W1 INSCRIBED UPRIGHT GRANITE HEADSTONES THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SUPPLIES AND PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION 36C78619Q0392 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2019-05 and are available in full text through Internet access at http://www.acquisition.gov/far. 1. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, Open Market procurement. North American Industry Classification System (NAICS) code is 327991 and the size standard is 500 Employees. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM)at http://www.sam.gov and VETBIZ https://www.vip.vetbiz.va.gov/, PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. *NOTE* SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service Disabled Veteran-Owned Small Business (SDVOSB) concerns shall not be considered and will not be evaluated. 2. This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Therefore, all quotations received prior to the RFQ close date will be considered by the Contracting Office. A single award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Delivery shall be for a Base Period and Four (4), One(1) Year Options PLEASE SEE THE ATTACHED STATEMENT OF WORK 3. The following Provisions and Clauses apply to this procurement: 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Quotes are due on September 23, 2019 12:00PM EST. ALL INFORMATION REQUESTED FOR SUBMISSION OF QUOTES SHALL BE SUBMITTED IN ITS ENTIREITY. FAILURE TO SUBMIT ALL INFORMATION REQUESTED UNDER INSTRUCTION TO OFFEROR SHALL BE DEEMED AS NON-CONFORMING AND WILL NOT BE UNDER FURTHER CONSIDERATION. IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED QUOTES ARE PROVIDED IN THE VENDOR PORTAL GUIDE. ATTACHMENT A- eCMS Getting Started Guide Vendors Please go the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit their quotes through the Vendor Portal domain, prior to the deadline for submission of quotes, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Quotes transmission/successful uploads must be completed by the deadline for submission of quotes. Offerors unable to submit their QUOTEs through VA eCMS Vendor Portal, may submit their quotes via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their quotes submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, Antionette Collins-Somerville, at Antionette.Collins-Somerville@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quote s prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quote via the Portal. The offeror shall receive approval from the contracting officer prior to submitting quote via email. This document shall be submitted with the Offeror s quote. In the event an Vendor has not requested submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit their Quotes via Vendor Portal, the Vendor will be considered non-responsive and the Quotes, if late, will not be accepted. Quote shall include the information listed below. Quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. The following factors will be considered when evaluating the Quotes: Past Performance, Technical, and Price. The Vendor s quote shall consist of four (4) volumes. The Volumes are I Past Performance & Technical, Volume- Sub-Factor 1: Small Business Participation Plan, Sub-Factor 2: Limitations on Sub-Contracting -Monitoring and Compliance, Volume III Price, and Volume IV - Certifications & Representations2. RFQ FILES. Offerors quotations shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions will not be evaluated. a. File Packaging. All of the proposal files may be compressed (zipped) into one file entitled proposal.zip using WinZip version 6.2 or later version or the proposal files may be submitted individually. b. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal. The titles and page limits requirements for each file are shown in the Table below: Volume Number Factor File Name Page Limitations* Volume I Past Performance Evaluation Approach, Technical Evaluation Approach (Company Name) Tech.pdf 150 Volume II Sub-Factor 1: Small Business Participation Plan, Sub-Factor 2: Limitations on Sub-Contracting -Monitoring and Compliance Small Business Participation, Limitations on Sub-Contracting.pdf None Volume III Price (Company Name) Price.xls None Volume IV Offer & Award Documents, Certifications & Representations, Contract Administration (Company Name) OfrRep.pdf None A Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s proposal will not be evaluated by the Government. VOLUME I- PAST PERFORMANCE EVALUATION APPROACH, TECHNICAL EVALUATION APPROACH: Volume I shall include the following: 1. PAST PERFORMANCE EVALUATION APPROACH. Offeror shall provide no more than three, recent (within the last 5 years), and relevant Past Performance Questionnaires (Attachment C). Past Performance should be relevant in size, scope, and complexity. Offerors are required to demonstrate within the last five (5) years, successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Contact information provided with referrals shall be reachable by telephone or email. If a referral cannot be reached, offeror will not be evaluated favorably or unfavorably on past performance. The Questionnaires (with top portion completed) shall be submitted in Volume I for (Past Performance). Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). 2. TECHNICAL EVALUATION APPROACH. Potential offerors shall submit at contractor expense one down sized inscribed W1 sample (13 x 24 x 3/4 ) representative of the granite to be used in the production of headstones under the contract. The granite sample shall conform to government specifications and shall be submitted for approval. Mark each sample on the back with a permanent marker to show: contractor s name, telephone number, solicitation number, and email address. Any sample which arrives damaged shall not be accepted. The sample must be manufactured, inscribed, and packaged to prevent any damage during shipment. Samples must be accompanied by a statement identifying the brand name and grit rating for the pad or stone used to produce the final finish. The following inscription shall be used for the sample submission - refer to drawings for font style, special marks, inscription depths, spacing, and dimensions: FRONT Emblem #12 (Native American Church of America) JOHNATHAN QUIN PROUDFOOT 1ST LT US AIR FORCE AFGHANISTAN SEP 17 1954 AUG 28 2013 PURPLE HEART BELOVED HUSBAND & DAD REAR 12 8 527 Failure to meet any of the requirements shall result in the rejection of the sample. The sample shall establish the acceptable product for granite to be used in production and the inscriptions under this contract and shall be the basis for comparison of those products. Samples must be received by Memorial Products Service (MPS) prior to closing date. If one or more of the samples are disapproved by MPS, you shall receive notification by MPS (Program Support Unit) and have until the closing date of the solicitation to resubmit another sample. NO samples shall be accepted after closing date. Note: All samples should be manufactured using the dimensions noted above. Full size samples will NOT be accepted and will be refused at delivery. Note: If a potential offeror submits multiple samples from different quarries, upon award of the contract, they will need to commit to one quarry for production. Once submitted, samples become the property of the Department of Veterans Affairs and shall not be returned. Submit sample and test results to the following address: Department of Veteran Affairs Memorial Products Service Program Support Unit, Rm. 600 1575 Eye Street, NW Washington, DC 20005 Offerors shall propose a detailed approach that addresses the following: a) (1) W1 sample (13 x 24 x 3/4 ) (Acceptable/Unacceptable) Finish Dimension within tolerance Material meets ASTM criteria Color/reflectivity standard is met Workmanship free from defects Bonding within specs Boring appropriately sized spaced a) Staffing Plan of key personnel and list of responsibilities to include pictures of key personnel b) Qualifications: Personnel Experience: The following key personnel s resume must be included in the quotation/proposal: 1. Inscriber 2. Site Supervisor/Manager 3. Subcontractors if using any. For example, quarries, manufacturers of stones Quoters shall provide a written document on meeting the requirements including any innovative processes and/or procedures. The written and detailed statement should address all the questions listed below: 1. How long have you been in business? a. How many of those years in performing this type of business? b. Can you provide references of work performed of this type? 2. Have you done this type of work for the Federal Government previously? a. Will you be able to produce the stone type and quantity requirements of the statement of work? b. Do you have the capability to provide the full quantity by the date indicated? If not, what provisions can you make to fulfill the requirements? c. Provide a production schedule with your quote. d. Submitting samples of stone for quality, color, finish as specified in the drawings. 3. Are you able to meet the contractual demands of the contract as it pertains to quality, safety, conduct and production? a. How will you ensure limited damage during transporting? b. Providing replacements of broken or otherwise unusable product? 4. Will you be the primary contractor processing the headstone/marker orders? a. Where will the order processing and manufacturing be located? 5. Will you be using a sub-contractor processing the headstone/marker orders? a. Where will the order processing and manufacturing be located? 6. Do you have a direct relationship with active marble and granite quarries or will you be purchasing stone blocks form a distributor? 7. Do you purchase finished blanks from a supplier? If so, who and their location? VOLUME II-SUB-FACTOR 1- SMALL BUSINESS PATICIPATION PLAN The Small Business Participation Plan does not have a page limitation; however the Contractor s Proposals shall provide the detailed information below: All contractors must complete and submit the Small Business Participation Plan. Contractors must provide a Small Business Participation Plan proposing their goals for this solicitation to include Small Business Participation. This plan shall include an overall goal which shall be accomplished through collective small business participation from any type of small business or sub-category small business. A small business can achieve the goals through its own performance/participation as a prime without having to subcontract. The current Veterans Affairs agency goals/target percentages are below: FY 19 VA subcontracting goals Category Target (Percentage) Total U.S. ------------------------------- Total Small Business 17.5% Veteran Owned Small Business 7% Service-Disabled Veteran Owned Small Business 5% Small Disadvantaged Businesses (including Section 8(a)) 5% Women-Owned Small Business 5% Historically Underutilized Business Zone (HUBZone) Small Business 3% The work performed directly by a small business prime contractor will be evaluated as Small Business Participation. A small business is NOT required to subcontract out any portion of the work. This factor gives the small businesses the opportunity to indicate that they will meet small business participation through self-performance, or, in addition to any subcontracting to small businesses. This Small Business Participation Plan is required to be submitted for evaluation of this factor. The Contractor shall submit a detailed and complete statement for the Small Business Participation Plan. The statement that details that all contractors at a minimum are required to submit a Small Business Participation Plan individually addressing the following areas: (EACH AREA SHALL BE ADDRESSED IN A DETAILED WRITTEN STATEMENT) (1) The extent to which Small Business firms are specifically identified in quotes; (2) The extent of commitment to Small Business firms (enforceable commitments, such as established relationships, will be weighted more heavily than non-enforceable ones); (3) The complexity and variety of the work small firms are to perform; (4) The extent of utilization of Small Business firms on prior contracts; (5) The evaluation will be based on the total contract dollar value, the contractors propose in terms of small business participation. (6) The extent of participation of Small Business concerns in terms of the value of the total acquisition and the extent of which the contractor provides detailed explanations and supporting documentation of the proposed participation percentages, or lack thereof, for this acquisition. Contractors proposed goals are to be filled-in as provided below: (a) Prime Contractor type of business (check all that apply): ( ) Large ( ) Small (also check type of small business) ( ) Small Non-Disadvantaged Business ( ) Small Disadvantaged Business* ( ) Woman-Owned Small Business ** ( ) HUB Zone Small Business ( ) Veteran Owned Small Business ( ) Service Disabled, Veteran Owned Small Business (b) Total Contract Value (for five year period): $______________ (c) Dollar Value of your participation as a prime contractor: $____________ (d) Dollar value and percentage of the total contract value of subcontractors planned for: Business Category Dollar Value Percentage of Total Contract Value 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 *Note: Historically Black Colleges and Universities/Minority Institutions (HCBU/Mis) are considered as disadvantaged and should not be broken out separately. Each percentage above shall be accompanied by detailed supporting documentation in the Small Business Participation Plan regarding individual commitments. The sum of the dollar values and percentages of Small Non-Disadvantaged and Small Disadvantaged should equal the entries for the Total Small. However, the sum of all the percentages need not equal 100% since the prime is not included and individual subcontractors may be counted towards more than one category. (e) List the principal supplies/services (be specific) to be subcontracted to: (FILL IN EACH SECTION AND BLOCK THAT IS PROVIDED INCLUDING PERCENTAGES) Business Category Name of Company Type of Service/Supply Manufacturer/Non-Manufacturer Quarry Ownership Percentage of Total Value Large Small Disadvantage Business Total Small Business Woman Owned Small Business Hub Zone Small Business Veteran Owned Small Business Service-Disabled Veteran Owned Small Business Business Category Name of Company Type of Service/Supply (f) Extent of Commitment: Provide documentation regarding enforceable commitments to utilize any small business category, as defined in FAR Part 19, Small Business Programs, as subcontractors. (g) Self-certification of a written and detailed statement to address your ability to comply with VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION). The written and detailed statement should address all the areas listed below: VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUB-FACTOR 2-VAAR CLAUSE 852.219-74 LIMITATIONS ON SUB-CONTRACTING-MONITORING AND COMPLIANCE. Quoter shall provide a statement self-certifying their compliance to comply with VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018). The contractor shall affirm their commitment to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VOLUME III PRICE EVALUATION APPROACH The Price Quote does not have a page limitation; however, Contractor s Quotes shall provide detailed information that provides a list of price. The contractor s price quote must be separated from the technical submittal. The contractor shall propose firm fixed price. The Proposals that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. VOLUME IV - OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS Certifications and Representations - An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone number E-Mail Address Acknowledgement of Amendments, Contract Administration if any. Any proposed exceptions to solicitation terms and conditions Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s proposal Unacceptable, and thus ineligible for award. FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) The Government will award a firm fixed price contract using the Best Value with Tradeoffs approach 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. In comparing technically equivalent quotes, the CO may make an award to a higher priced offeror who has a better past performance history and technical than a lower priced offeror. The CO will conduct a best value trade-off considering all evaluation factors: past performance, technical and price in making the best value decision. FACTOR 1: Past Performance Evaluation Approach FACTOR 2: Technical Evaluation Approach: Granite Samples & Qualifications SUB-FACTOR 1: Small Business Participation Plan Approach SUB-FACTOR 2: VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) FACTOR 3: Price Evaluation Approach Past Performance and Technical when combined are more important than Price. (b) Options. The Government will evaluate offers 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum To FAR 52.212-2 Evaluation-Commercial Items (OCT 2014) The Government intends to award without discussions however; the Government retains the right to hold discussions if deemed necessary. Offerors are urged to ensure that their quote is submitted on the most favorable terms, since less than their best potential could result in exclusion of the quote from further consideration. Failure to include all required documentation as required in this RFQ, may result in your submission being found to be technically unacceptable and removed from further consideration. The Government will award a contract 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. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. Each non-cost factor will be rated acceptable/unacceptable. To receive consideration for award, a rating of acceptable must be achieved for technical and past performance. FACTOR 1: Past Performance Evaluation Approach FACTOR 2: Technical Evaluation Approach: Granite Samples & Qualifications SUB-FACTOR 1: Small Business Participation Plan Approach SUB-FACTOR 2: VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) FACTOR 3: Price Evaluation Approach Proposals will be evaluated based on the following factors listed as shown below: 1. FACTOR 1. PAST PERFORMANCE EVALUATION APPROACH Offeror shall provide no more than three, recent (within the last 5 years), and relevant Past Performance Questionnaires (Attachment C). Past Performance should be relevant in size, scope, and complexity. Offerors are required to demonstrate within the last five (5) years, successful performance under contracts (ongoing or completed) which are similar in scope, magnitude, and complexity to the subject requirement. Contact information provided with referrals shall be reachable by telephone or email. If a referral cannot be reached, offeror will not be evaluated favorably or unfavorably on past performance. The Questionnaires (with top portion completed) shall be submitted in Volume II for (Past Performance). Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror s past performance. The Government reserves the right to determine the relevance of past performance information. If no past performance information is readily available, the Offeror s past performance will be evaluated neither favorably nor unfavorably. 2. TECHNICAL EVALUATION APPROACH. Offeror shall submit at contractor expense one (1) Inscribed W1 Upright Granite Headstone sample (13 x 24 x 3/4 ) a) Granite Sample(Acceptable/Unacceptable) Finish Dimension within tolerance Material meets ASTM criteria Color/reflectivity standard is met Workmanship free from defects Bonding within specs Boring appropriately sized spaced Qualifications: Personnel Experience: The following key personnel s resume must be included in the quotation/proposal: 1. Inscriber 2. Site Supervisor/Manager 3. Subcontractors if using any Qualifications: Corporate Resources and Ability to Effectively Manage the Statement of Work 1. How long have you been in business? a. How many of those years in performing this type of business? b. Can you provide references of work performed of this type? 2. Have you done this type of work for the Federal Government previously? a. Will you be able to produce the stone type and quantity requirements of the statement of work? b. Do you have the capability to provide the full quantity by the date indicated? If not, what provisions can you make to fulfill the requirements? c. Provide a production schedule with your quote. d. Submitting samples of stone for quality, color, finish as specified in the drawings. 3. Are you able to meet the contractual demands of the contract as it pertains to quality, safety, conduct and production? a. How will you ensure limited damage during transporting? b. Providing replacements of broken or otherwise unusable product? 4. Will you be the primary contractor processing the headstone/marker orders? a. Where will the order processing and manufacturing be located? 5. Will you be using a sub-contractor processing the headstone/marker orders? a. Where will the order processing and manufacturing be located? 6. Do you have a direct relationship with active marble and granite quarries or will you be purchasing stone blocks form a distributor? 7. Do you purchase finished blanks from a supplier? If so, who and their location? SUB-FACTOR 1. SMALL BUISINESS PARTICIPATION PLAN APPROACH. All contractors will be evaluated on the level of small business commitment they demonstrate for this acquisition. Work performed directly by a small business prime contractor will be evaluated as Small Business Participation. A Service Disabled Veteran Owned Small Business is NOT required to subcontract out any portion of the work. This factor gives the small businesses the opportunity to indicate that they will meet small business participation through self-performance, or, in addition to any subcontracting to small businesses. Quotes will be evaluated on the following basis of: (1) The extent to which Small Business firms are specifically identified in quotes;   (2) The extent of commitment to Small Business firms (enforceable commitments, such as established relationships, will be weighted more heavily than non-enforceable ones);   (3) The complexity and variety of the work small firms are to perform;   (4) The extent of utilization of Small Business firms on prior contracts; (5) The evaluation will be based on the total contract dollar value the contractors propose in terms of small business participation; (6) The extent of participation of Small Business concerns in terms of the value of the total acquisition and the extent of which the contractor provides detailed explanations and supporting documentation of the proposed participation percentages, or lack thereof, for this acquisition; and a. Each percentage above shall be accompanied by detailed supporting documentation in the Small Business Participation Plan regarding individual commitments. Providing the sum of the dollar values and percentages with a list of principle supplies/services to be subcontract. b. List the principal supplies/services (be specific) to be subcontracted to: Business Category Name of Company Type of Service/Supply Manufacturer/Non-Manufacturer Quarry Ownership Percentage of Total Value Large Small Disadvantage Business Total Small Business Woman Owned Small Business Hub Zone Small Business Veteran Owned Small Business Service-Disabled Veteran Owned Small Business (7) The extent to which contractors identify and commit to small business and historically black college or university and minority institution performance. (8) The Contractor must comply and self-certify with VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION). The Contractor will be evaluated based on their ability to respond to the small business participation plan demonstrating the Offerors ability to and meeting the 51% SDVOSB performance requirement. The written and detailed statement should address all the areas listed below: (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. TECHNICAL CAPABILITY RATINGS The Small Business Participation Plan shall be evaluated using the acceptable/unacceptable ratings in the areas provided in below. Acceptable/Unacceptable Rating Rating Descriptions Acceptable Small Business Participation Plan quote clearly meets the minimum requirements as instructed and meets the 51% SDVOSB performance. Unacceptable Small Business Participation Plan quote does not clearly meet the minimum requirements as instructed and does not meet the 51% SDVOSB performance. SUB-FACTOR 2. VAAR CLAUSE 852.219-74 LIMITATIONS ON SUB-CONTRACTING-MONITORING AND COMPLIANCE. All contractors will be evaluated on their compliance with VAAR Clause 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) they demonstrate for this acquisition.). The contractor shall affirm their commitment to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. FACTOR 3. PRICE EVALUATION APPROACH. The Government anticipates that adequate price competition will establish a fair and reasonable price. However, if the Government does not receive adequate price competition, it will evaluate price proposals to ensure price reasonableness of the services or products being provided to the Government, considering the specific terms and conditions and relevant commercial practices. The Government will evaluate proposals by adding the total of all line item prices for the base and all options. Pricing may be compared against the Independent Government Estimate (IGE) or against the average mean of the offers received and may be used to set a competitive range if discussions are deemed necessary. The following solicitation provisions apply to this acquisition: 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): https://www.acquisition.gov/?q=browsefar https://www.va.gov/oal/library/vaar/vaar852.asp CONTRACT CLAUSES DIGNITY STANDARDS; SBA ACT 8(d)(13)(B); 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018); 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS(APR 2014); 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016); 52.232-18 AVAILABILITY OF FUNDS (APR 1984); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013); 52.245-9 USE AND CHARGES (APR 2012); VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018); VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JUL 2018)(a)(1), (a)(2), (a)(3), (a)(4), (b)(1), (b)2, (b)(4), (b)(8), (b)(9)(b)(14), b(16), (b)(21), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b) (30), (b)(31), (b)(32), (b)(33), b(34),(b)(42), (b)(49), (b)55, (b)(56), and (e)(1)(xi), (e)(1)(xii), (e )(1)(xiii), (e )(1)(xvii), (e )(1)(xviii) 52.216-18 ORDERING (OCT 1995); 52.216-19 ORDER LIMITATIONS (OCT 1995); 52.216-21 REQUIREMENTS (OCT 1995) ALTERNATE I (APR 1984); 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989); 52.217-8 OPTION TO EXTEND SERVICES(NOV 1999); 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); SUPPLEMENTAL INSURANCE REQUIREMENTS; 52.232-18 AVAILABILITY OF FUNDS (APR 1984); 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984); 52.246-2 INSPECTION OF SUPPLIES-FIXED PRICE (AUG 1996); 52.247-34 FOB DESTINATION (NOV 1991); VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION); VAAR 852.219-74 LIMITATIONS ON SUB-CONTRACTING MONITORING AND COMPLIANCE (JUL 2018); VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018); VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984); VAAR 852.246-71 INSPECTION (JAN 2008); MANDATORY WRITTEN DISCLOSURES PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018); 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018); 52.209 INFORMATION REGARDING RESDPONSIBILITIES MATTERS (OCT 2018); 52.216-1 TYPE OF CONTRACT; 52.233-2 SERVICE PROTEST (SEP 2006); VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE REOLUTION (OCT 2018); VAAR 852.233-71 ALTERNATIVE PROTEST PROCEDURE (OCT 2018); 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014); 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018) ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACT SPECIALIST ONLY! Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via VA eCMS Vendor Portal. All questions must be received by no later than September 23, 2019 at 8:00AM E.S.T. to give reasonable time to respond to questions prior to close of the solicitation. No questions will be accepted after September 20, 2019 at 8:00AM E.S.T. The solicitation closes on September 23, 2019 at 12:00PM EST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0392/listing.html)
 
Record
SN05416741-F 20190825/190823230044 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.