.
RFI FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type:
RFI
Solicitation Number:
RFI VA786-17-N-0432
Posted Date:
04-24-2017
Original Response Date:
04-24-2017
Current Response Date:
05-03-2017
Classification Code:
99
Set Aside:
Service Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB)
NAICS Code:
339995
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
National Cemetery Administration
155 Van Gordon Street
Lakewood, CO 80228
DESCRIPTION
This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Your responses will be due Wednesday May 3, 2017, 10:00AM (MST) to the point of contact listed below. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided by the government.
The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Houston National Cemetery anticipate a contract for Master Lowering Devices and Placeholders.
This is a SOURCES SOUGHT for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; sources sought are being requested, and a written solicitation document will not be issued.
This solicitation is a Request for Information (RFI). The Sources Sought document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 & 2005-95, effective 01/20/2017.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339995 with a business size standard of 1,000 employees.
The National Cemetery Administration is seeking RFI s from Service Disabled Veteran Owned Small Business (SDVOSB) that are qualified to provide these Lowering Devices.
Part Numbers:
3-MAS4901SP - Cemetery w/Placers SS
4-CHT407S-1- Side Rail Comp SS W/Gear
5-STR SHORT - Device Short Straps - Green
5-STR790 - #790 Straps Green 17.5
3-PLC19 - For 7 FT Grave
Placer set complete
4-HTB100 - A Head Crank Handle, Stainless Steel
Location: Houston National Cemetery, 10410 Veterans Memorial Drive, Houston TX, 77038.
Supplies
ITEMS TO BE DELIVERED TO THE FOLLOWING ADDRESS:
Houston National Cemetery
Attention: James Parzych
(P) +1 (281) 447-8686
10410 Veterans Memorial Drive
Houston, TX 77038
Award shall be made to the quoter whose quotation offers the lowest-priced acceptable solution (LPA).
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013)
FAR 52.225-18, Place of Manufacture
FAR 52.233-2, Service of Protest
The Contracting Officer s address is:
155 Van Gordon Street
Suite 520
Lakewood, CO 80228
VAAR 852.246-7, Guarantee
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference
VAAR 852.252-70 includes the following provisions that must be completed by the offeror:
FAR 52.209-5, Certification Regarding Responsibility Matters
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.222-25, Affirmative Action Compliance
FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012)
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (September, 2013)
The following clauses are included as addenda to FAR 52.212-4:
FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government
FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions
FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper
FAR 52.204-7, System For Award Management
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.247-34, F.O.B Destination
FAR 52.252-2, Clauses Incorporated By Reference
VAAR 852.203-70, Commercial Advertising
VAAR 852.211-73, Brand Name or Equal
VAAR 852.232-72, Electronic Submission of Payment Requests
VAAR 852.246-71, Inspection
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2014)
The following subparagraphs of FAR 52.212-5 are applicable:
Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52)
When the official RFQ goes out to FBO, all quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) if preferred or an email to the CO.
Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract.
This is a SDVOSB set-aside for products/services as defined herein.ÃÂ ÃÂ The government intends to award a purchase order as a result of this SOURCES SOUGHT that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).
All inquiries shall be made to Purchasing Agent: Geraldine J Herrera, Continental District, 155 Van Gordon St, Lakewood, CO 80228.
[email protected] NLT May 3, 2017 at 10:00AM (MST).
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-
1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail.
Any questions or concerns regarding this solicitation should be submitted in writing via e-mail;
[email protected] to the Purchasing Agent, (303-914-5703).
Bid Protests Not Available