Sources Sought Notice Sources Sought Notice Page 3 of 20 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 20 SUBJECT* Concrete Grave Liners for Salisbury National Cemetery GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 22172 SOLICITATION NUMBER* 36C78625Q0108 RESPONSE DATE/TIME/ZONE 07-22-2025 12:00 pm EASTERN TIME, NEW YORK, USA ARCHIVE 15 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* 3630 NAICS CODE* 327390 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs National Cemetery Administration Contracting Services 18434 Joplin Road Triangle VA 22172 POINT OF CONTACT* Sarah Poole sarah.poole1@va.gov PLACE OF PERFORMANCE ADDRESS Salisbury National Cemetery 501 Statesville Blvd Salisbury, NC POSTAL CODE 28144 ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION The National Cemetery Administration is issuing this synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the purchase and delivery of concrete grave liners to Salisbury National Cemetery. Additional information regarding the requirement is available in the Statement of Need in the Appendix accompanying this notice. The result of this market research will contribute to determining the method of acquisition. The applicable North American Industry Classification System (NAICS) code assigned to this acquisition is 327390. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to provide these products, please provide the following information: 1) organization name, address, SAM UEI #, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, for delivery of concrete grave liners. If significant subcontracting or teaming is anticipated to deliver technical capability, address the administrative and management structure of such arrangements (i.e. will a subcontractor be used for all or part of the requirement). The government will evaluate market information to ascertain potential market capacity to: 1) provide product consistent in scope and scale with those described in this notice and otherwise anticipated; 2) and determined what socio-economic categories can provide these products. Based on the responses to this Sources Sought Notice/Market Research, this requirement may be set aside for small business categories or procured through full and open competition. The government will not provide feedback or evaluations to companies regarding their submissions in response to this notice. Submission Instructions: Interested parties who consider themselves qualified to deliver the above-listed products are invited to submit a response to this Sources Sought Notice by July 22, 2025 at 12:00 pm EST. All responses under this notice must be emailed to Sarah Poole at sarah.poole1@va.gov and use the following title in the Subject Line: 36C78625Q0108 Concrete Grave Liners for Salisbury National Cemetery. DESCRIPTION Sources Sought Notice If you have any questions concerning this opportunity, please contact Sarah Poole, Contracting Officer at sarah.poole1@va.gov. APPENDIX 1: Statement of Need CONCRETE GRAVE LINERS: The Contractor shall furnish and deliver concrete grave liners to Salisbury National Cemetery, 501 Statesville Blvd., Salisbury, NC 28144. Grave liners will be fabricated in strict accordance with Attachment - A (GSA Commercial Item Description A - LINER, GRAVE, CONCRETE) which is attached and modified as follows: Liner dimensions to be as identified in the bid schedule. Liners are to be constructed to withstand a 20,000 pounds axle load. UNIT PRICE: The unit price indicated in the Schedule is all-inclusive and covers the fabrication and transportation of all concrete grave liners ordered. DESCRIPTION / SPECIFICATIONS Contractor shall provide product and transportation necessary to deliver Concrete Grave liners to Salisbury National Cemetery, 501 Statesville Blvd., Salisbury, NC 28144, in accordance with the requirements of Commercial Item Description (Attachment A.1). A.1 GENERAL REQUIREMENTS Inside Dimensions: 34 inches by 89 inches by 26 inches - (90" X 32" X 26") Outside Dimension: 42 inches by 100 inches by 26 inches - (90" X 32" X 26") Salisbury National Cemetery uses gravesites measuring 4' x 10' burial sections. Grave depths are generally 5 to 9 feet deep. A.2 DELIVERY Cemetery Access: Contractor equipment and delivery access to Salisbury National Cemetery shall be through the maintenance entrance gate. The contractor shall deliver all grave liner units to Salisbury National Cemetery under one shipment 30 days after receipt of order (ARO). Federal Holidays: The contractor cannot deliver vaults on federal holidays and / or weekends at Salisbury National Cemetery. We have eleven holidays observed by the Federal Government are as follows: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Juneteenth National Independence Day, 4th of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, or any other day specifically declared by the President of the United States to be a National Holiday. Please note that when a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on Saturday, the preceding Friday is observed as a legal holiday. HOURS OF OPERATIONS: Normal hours of operation for delivery of grave liner units are 7:30 am through 4:00 pm, Monday through Friday; advance notice of 24 hours of holiday work can be given in emergency situations. The contractor agrees to make the delivery in such a manner as not to impact on or interfere with cemetery operations. The COR will inform the Contractor if there are specific areas of the cemetery that they need to avoid working in. A.4 CONTRACTOR RESPONSIBILITIES The Contractor shall certify and abide by all necessary Federal, North Carolina State, & Local licenses, certifications, and permits required to provide concrete grave liner delivery at Salisbury National Cemetery. Appearance: Contractor personnel appearance and conduct shall always be professional and unobtrusive. Questions from cemetery visitors shall be politely referred or directed to cemetery personnel. Conduct: Contractor personnel shall not engage in loud or boisterous behavior, use profane or abusive language or use personal radios. Due to the sensitive mission of the Cemetery, contractor employees must exercise courtesy and respect while within the cemetery. A.5 CONTRACT MANAGEMENT Representatives of the Contracting Officer: The VA contracting officer will designate one (or more) representatives to serve as the COR/ACOR to act for him/her/they in furnishing technical guidance and advice or generally directing the work to be performed under the contract. Such designation will be in writing and will define the scope and limitations of the COR/ACOR s authority. A copy of the designation(s) shall be furnished to the contractor at time of award. All administrative contract functions are the responsibility of the VA Contracting Officer. Any modifications to the contract, including those involving no-cost changes, increases, and decreases in cost or level of services provided, termination or extension of the contract (in part or in whole) and decisions concerning claims or disputes, must be authorized in writing by the government Contracting Officer. Communication & Coordination of Work with COR/ACOR: Communication with the COR/ACOR (or designee) is strongly encouraged. Burial activities at NCA shall take precedence over contract delivery activities. Work activity and noise cannot disturb burial services. Trucks and workmen are prohibited from passing through the service area during this period. Notwithstanding the contractor s responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the contractor. The Government shall provide, at the time of contract award, a list of Government personnel authorized to act as COR/ACOR. The contractor shall possess and maintain all necessary insurance, licenses, and permits required for contract performance. Contractor is responsible for any injury to himself/herself/themself, his/her/they employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of North Carolina. (End of Statement of Need) Attachment A METRIC A-A-30194 July 26, 1993 COMMERCIAL ITEM DESCRIPTION LINER, GRAVE, CONCRETE The General Services Administration has authorized the use of this commercial item description as a replacement for VA Specification X1708G for concrete. This commercial item description describes concrete grave liners intended for use in National Cemetery to prevent the sinkage of soil in graves. Salient Characteristics. LINER, GRAVE, CONCRETE - Shall be constructed from reinforced concrete utilizing Portland cement. Cement will be of commercial quality using steel and/or polypropylene reinforcement. In addition, the material(s) used in the production of concrete grave liners shall be impervious to any destructive action of the natural elements possibly contained in the cemetery soil which can range from extreme acidic to extreme alkaline conditions. Concrete grave liners must be properly cured for 28 days before delivery and the concrete must have a minimum compression strength of 31,027 kilopascal (kPa) or 4,500 pound-force/square inch (PSI). Style 1 - Box with separate lid Style 2 - Dome with a base Style 3 - Dome without a base SIZES INTERNAL DIMENSIONS (Imperial Unit) Small Liner 58 in by 20 in by 18 in Medium Liner 86 in by 30 in by 24 in Oversize Liner 90 in by 32 in by 26 in Extra Large Liner 92 in by 36 in by 28 in SIZES INTERNAL DIMENSIONS (Metric Unit) Small Liner 147 cm by 51 cm by 46 cm Medium Line 218 cm by 76 cm by 61 cm Oversize Liner 229 cm by 81 cm by 66 cm Extra Large Liner 234 cm by 91 cm by 71 cm Internal dimensions listed above are nominal for the standard sizes and small variances are permitted in the use of standard commercial products providing size permits use of standard caskets. UNIT: EACH Workmanship. Grave liners shall be free from defects which detract from its appearance or impair its serviceability. Performance. Grave liners furnished will be designed for a maximum burial depth of 2.13 m (84 in) from the bottom of the liner, with minimum soil cover of 46 cm (18 in), be capable of structurally withstanding passage of an axle load of 5.0 metric tons (11,000 lbs.) after burial and provide for ease of installation. Liners will have a sufficient weight bearing surface area to prevent sinkage. This area may vary depending upon soil conditions, but in all cases, will be capable of passing the functional test specified in paragraphs entitled Functional tests in order to perform this function in place after installation. The ongoing static loads in this environment include the weight of the backfill, changes in the water table, and pressures from the freeze-thaw cycle where applicable. In addition, the grave liner shall be designed to withstand the dynamic, differential and impact loads and stresses which are exerted upon a unit during the interment process. Such loads and stresses include compaction of the (backfill) soil, excavation of adjoining gravesite, as well as the pressures and forces exerted by normal cemetery excavation, compaction and maintenance equipment. Grave liner designs shall be such as to prevent any potential sinkage due to chiseling (The sinkage process caused because of insufficient surface area contact with the bottom of the grave.) and fatigue creep (The long run sagging process of the weight bearing surface area). Design and construction. Grave liners will meet the performance requirements. The combination of the design shape, design thickness, structure and material shall be capable of supporting the required 2.27 metric tons (5,000 lbs.) center load pressure test and the axle load test of 5.0 metric tons (11,000 lbs.), plus the superimposed earth load. Both the exterior dimensions and the weight of the grave liner shall be kept to a minimum in accordance with the normal internal dimension standards specified above in Paragraph labeled Salient characteristics and the required structural strength specified above. Design contours and shapes will be such as to eliminate any possible back-fill voids, settling, sinking, floating or raising of the grave liner once interred. The grave liners and parts thereof will have provisions to facilitate both the ease of installation and removal of the unit and its component parts. All lifting apparatus must be adequately anchored in the unit to sufficiently withstand the stresses of lifting and placing the unit. Grave liners will have knockout holes to permit drainage. Inscription. The date of manufacture will be permanently recorded on the grave liner so that the contractor can identify his product according to the date of production. QUALITY CONTROL AND ASSURANCE PROVISIONS Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his own or any facilities suitable for the performance of the inspection requirements specified herein unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. Records. Records of examinations and tests performed by or for the contractor shall be maintained by the contractor and made available to the Government, upon the Government s request, at any time, or from time to time, during the performance of the contract and for a period of three years after delivery of the supplies to which such records relate. Inspection. Inspection, as used herein, is defined as both examination (such as visual or auditory investigation without the use of special laboratory appliances or procedures) and testing (determination by technical means of physical and chemical properties) of the item. Preproduction sample. When specified a preproduction sample will be required and will be examined and tested in accordance with this specification. The preproduction sample will be representative of the production article. However, the requirements for furnishing a preproduction sample may be waived as to the contractor if: The contractor stated in the bid that the product offered is the same as a product previously furnished to the procuring activity under a prior contract, and the contractor identifies the contract. The contracting officer determines that such product meets the requirements of the specification. Tests. Tests shall be conducted to determine compliance with these commercial item description requirements. Where feasible, the same sample shall be used for the determination of two or more test characteristics. Testing of components. Upon request, the supplier will furnish a certification of compliance, issued by an independent testing laboratory or an approved testing program. This would include an analysis for all characteristics of material specified and applicable referenced specifications. The Government reserves the right to verify the correctness of such certificates of compliance and analysis. Approved grave liners are subject to both random compliance and complete re- testing. The grave liners will conform to the following American Society for Testing and Materials (ASTM) Standards. ASTM C 33 - Standard Specifications for Concrete Aggregate ASTM C 39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C 40 - Standard Test Method for Organic Impurities in Fine Aggregates for Cement ASTM C 94 - Standard Specification for Ready-Mixed Concrete ASTM C 150 - Standard Specification for Portland ASTM C 173 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 260 - Standard Specification for Air-Entraining Admixtures for Concrete ASTM C 330 - Standard Specification for lightweight Aggregates for Structural Concrete ASTM C 494 - Standard Specification for Chemical Admixtures for Concrete Sampling for examination. Sampling for examination shall be conducted in accordance with MIL-STD-105, with an AQL of 1.0 (percent defective) and an inspection level of S-1. Examination of furnished product. Grave liners will be examined for the defects listed below. Whenever a deviation to specified requirements is noted, correction will be made. Failure to make corrections will be cause for rejection: Size/dimensions not as specified. Materials not as specified. Production date not inscribed or otherwise permanently recorded. Drainage holes not provided. Surface contains foreign inclusions, spalling, holes, cracks, large voids, or other evidence of poor manufacture. Provisions to facilitate installation and removal not provided. Functional Test. Upon request, a functional load test will be made at the contractor s expense under the direction of the contracting officer, or his/her representative, to insure the grave liner, as furnished, will be capable of supporting load weight stated in paragraph entitled Design and construction . The functional test will consist of two loading conditions: Unconfined loading. (Center Load Pressure Test) Place base on 10.16 cm (4 in) x 10.16 cm (4 in), spaced approximately 0.305 m (12 in), from each end of the test product. Place cover on base. The producer may choose to use a temporary gasket material in the sealant (tongue and groove) area of a grave liner in place of the permanent sealant. A test frame will be assembled around the center of the test unit. Cushion material should be used to assure that a 0.093 sq. m (1 sq ft); bearing plate will uniformly load the test unit. Special care should be taken for units with arch-shaped tops or carapaces. A hydraulic ram will be pressurized until the ram engages the bearing place and will be set at a preload pressure of 226.8 kg (500 lb) for a minimum of one minute. The inspector will add additional pressure to the test unit in 2,268 kg (5,000 lb) increments. This pressure will be added gradually, taking at least thirty (30) seconds to add each additional 226.8 kg (500 lb) load. Once the 226.8 kg (500 lb) increment has been added, the test unit should be allowed a minimum of one minute at rest prior to the next load increase. This procedure should be repeated until the full 2,268 kg (5,000 lb) load has been properly applied. The concrete grave liner must withstand the 2,268 kg (5,000 lb) of static load on the 0.93 m (36 in), section at the critical load area for a minimum of five (5) minutes without failure. Confined loading. The liner shall be placed on a flat surface below ground and covered with a granular soil material. The soil will be compacted thoroughly around and on top of the liner to a thickness of 46 cm (18 in). A wheeled tractor or truck with an axle load of 5.0 metric tons (11,000 lbs.) will then be passed over the covered liner for a minimum of twenty (20) times in repetition. The liner must not show any signs of material overstress or cracking. Upon completion of Confined loading test the adjacent gravesite will then be excavated to a maximum depth of 2.13 m (84 in), exposing the longitudinal side of the tested unit for a period of no less than twenty-four (24) hours. The unit must not exhibit any signs of potential material fatigue, creep, chiseling, excessive deflection, scratching or infringement of the adjacent gravesite. The contracting officer or his/her designated representative at any time may make unannounced inspections of the contractor s plant. Contractor certification. The contractor shall certify that the product offered meets the salient characteristics of this description and conforms to the producer s own drawings, specification, standards, and quality assurance practices. The Government reserves the right to require proof of such conformance prior to first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Regulatory requirements Federal Food, Drug and Cosmetic Act - If the product covered by this document has been determined by the U.S. Food and Drug Administration to be under its jurisdiction, the offeror/contractor shall comply, and be responsible for compliance by its subcontractors/suppliers, with the requirements of the Federal Food, Drug and Cosmetic Act, as amended, and regulations promulgated there under. In addition, the offeror/contractor shall comply, and be responsible for compliance by its contractors/suppliers, with the requirements of all other applicable Federal, State, and local statues, ordinances, and regulations. Recovered materials. The offeror/contractor is encouraged to use recovered material in accordance with Federal Acquisition Regulation Subpart 23.4 to the maximum extent practical. Packaging and packing. Grave liners will be palleted or otherwise prepared for shipping in accordance with standard commercial practice to insure carrier acceptance and safe delivery in containers complying with rules and regulations applicable to the mode of transportation. Marking. Shipping containers will be marked in accordance with the manufacturer s standard commercial practice. The production date will be inscribed or otherwise permanently marked on each component which makes up a grave liner. Copies of Federal Standard No. 376, Preferred Metric Units for General Use by the Federal Government and Federal Test Standard 191 are available from General Services Administration Business Service Centers in Boston, MA; New York, NY; Philadelphia, PA; Washington, DC; Atlanta, GA; Chicago, IL; Kansas City, MO; Fort Worth, TX; Denver, CO; San Francisco, CA; Los Angeles, CA; and Seattle, WA. Copies of Specifications and Standards are also available from Department of Defense Single Stock Point. Special Assistance Desk, telephone (215) 697-2667 or 2179 will provide you adequate information by mail or Tele-Specs mode. Copies of United States Pharmacopoeia (USP) regulations may be obtained from: USPC, Inc., 12601 Twinbrook Parkway, Rockville, MD 20852, USA. Ordering data. Purchasers should select the preferred options permitted herein, and include the following information in procurement documents: Title, number, and date of this commercial item description Type, style and size. MILITARY INTERESTS: CIVIL AGENCY COORDINATING ACTIVITIES Military Coordinating Activity: FDA-MPQAS, PHS, DoD-MD PREPARING ACTIVITY: VA-OSS VANAC (904) Agent VA-OSS VACO (92A): AGENT: DLA-DM Custodians: Army - MD Navy - MS Air Force - 03 Project No. 9930-2395 FSC 9930 / A-A-30194