DOCUMENT
F -- Trees and Shrubs Removal TBD - Attachment
- Notice Date
- 9/19/2014
- Notice Type
- Attachment
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- Department of Veterans Affairs;Services Area Office - Central;Network Contracting Office 10;2780 Airport Drive;Columbus OH 43219-1834
- ZIP Code
- 43219-1834
- Solicitation Number
- VA25014Q0817
- Response Due
- 9/24/2014
- Archive Date
- 10/24/2014
- Point of Contact
- Lisa Clark (614) 257-5976
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-14-Q-0817 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a full and open competition and the associated NAICS code is 541320 and the size standard is $7.0 in millions of dollars. The requirement is for trees and shrubs removal. See attached statement of work for description and requirements. Delivery location is Chalmers P. Wylie VA Ambulatory Care Center, OH and shall be FOB destination. Delivery and installation required within 30 days of contract award. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: The following FAR Clauses and Provisions apply: FAR 52.209-7 Information regarding responsibility matters FAR 52.209-9 Updates of publicly available information regarding responsibility matters FAR 52.212-1 Instructions to Offerors -Commercial Items, FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34 FAR.216-1 Type of Contract FAR 25.228-5 Insurance - work on a government installation; CL-120 Supplemental Insurance Requirements; FAR 52.232-34 Electronic Invoice Submission FAR 52.233-2 Service of Protest FAR 52.252-1 Solicitation Provisions incorporated by reference FAR 52.252-2 Clauses incorporated by reference The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Past Performance and References. In addition to filling out the price schedule, offerors should provide three points of contacts, to include contact information, from three past jobs similar in size and scope. Offers should also include best expected delivery date. The following VAAR Clauses apply: 852.203-70 Commercial Advertising 852.203-71 Display of Department of Veteran Affairs Hotline Poster 852.237-70 Contractor Responsibilities 852.273-76 Electronic Invoice Submission The following VAAR Provisions apply: 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure Quotes are to be emailed to Lisa Clark, Contract Specialist Lisa.Clark3@va.gov no later than September 24, 2014, 2PM EST. See attached document: VA250-14-Q-0817 SOW and Wage Determinations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25014Q0817/listing.html)
- Document(s)
- Attachment
- File Name: VA250-14-Q-0817 VA250-14-Q-0817_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1642951&FileName=VA250-14-Q-0817-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1642951&FileName=VA250-14-Q-0817-000.docx
- File Name: VA250-14-Q-0817 S02. Wage Determination Forestry and Land Mgmt Svcs last revised 072514.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1642952&FileName=VA250-14-Q-0817-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1642952&FileName=VA250-14-Q-0817-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-14-Q-0817 VA250-14-Q-0817_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1642951&FileName=VA250-14-Q-0817-000.docx)
- Place of Performance
- Address: Chalmers P. Wylie;VA Ambulatory Care Center;420 North James Road;Columbus, Ohio
- Zip Code: 43219
- Zip Code: 43219
- Record
- SN03520999-W 20140921/140920000150-c18d1d35eb66e68d21fec0e501770302 (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 |