DOCUMENT
87 -- Topsoil for Rivrside National - Attachment
- Notice Date
- 1/16/2015
- Notice Type
- Attachment
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78615R0065
- Response Due
- 2/6/2015
- Archive Date
- 2/21/2015
- Point of Contact
- Erma Keown
- E-Mail Address
-
8-7221<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-78. 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. This is a Request for Quotation (RFQ) for furnishing commercial items, brand name or equal. The National Cemetery Administration is soliciting Quotations under solicitation number VA786-15-Q-0065 for the Riverside National Cemetery This acquisition is 100% set aside for Service-Disabled, Veteran-Owned Small Businesses. The NAICS Code is 238910, Size Standard is 14 Million The Contractor shall furnish topsoil materials described herein at Riverside National Cemetery (RNC), located in Riverside, California. Materials shall be furnished to the cemetery in accordance with the VA procurement requirements, Federal, California and Local Codes. SCHEDULE OF PRODUCTS: Contract Line Item Description Quantity Unit Unit PriceTotal Price 0001Sandy Loam Topsoil4,500Tons$______$_________ 002Topsoil Tests and Recommendations5Each$______$________ TOTAL:$________ All offerors shall include the following information printed on each quotation: Legal Business Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone Number E-Mail Address Federal Tax ID# DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK Project Title: Riverside National Cemetery -Crypt Backfill Material Procurement, Section 61A Project Location: Riverside National Cemetery, 22495 Van Buren Blvd., Riverside, CA 92518 GENERAL SCOPE OF WORK: The work consists of sourcing, providing testing, purchasing, delivering and off-loading of materials to be used for backfill over pre-placed burial crypts in Section 61A. (Note: Placement of the backfill materials over the crypts will be performed by the Cemetery.) Deliveries shall be coordinated with the Contracting Officer's Representative (COR). Deliveries will be conducted in such a manner to minimize the impact on the Cemetery operations. The materials shall be delivered and off-loaded at a schedule established by the COR. The location, or locations, for off-loading on the Cemetery property may vary as determined by the COR. Deliveries will be made between the hours of 8:00 and 4:30, Monday through Friday, except Federal Holidays. All work will be coordinated with the Contracting Officer's Representative (COR). Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. Contracting Officer's Representative (COR): David Ramos Department of Veterans Affairs National Cemetery Administration 22495 Van Buren Blvd. Riverside, CA 92518 Phone: (951) 653-8417 Fax: (951) 653-5233 I.GENERAL REQUIREMENT A.General Notes 1.Verify at project site the proposed locations for delivery of materials. Verify ingress and egress locations for delivery vehicles. Any site conditions which may cause significant deviation from proposed delivery locations shall be brought to the attention of the Contracting Officer (CO) or his/her Representative (COR) for clarification prior performing the work. 2.Contractor shall coordinate with the COR for the exact location(s) of material off-loading areas, and delivery routes. Public access to the National Cemetery shall not be impaired. 3.The Contractor shall assume sole responsibility for safety of all Contractor personnel on or about the site, in accordance with applicable laws and codes. Guard against all hazards in accordance with the safety provisions of the latest manual of accident prevention published by the Associated General Contractors of America and CalOSHA. 4.The Contractor shall guarantee that all products provided under this contract will be true to composition and meet or exceed the specifications herein. The Contractor hereby agrees to replace all non-conforming or defective materials provided under this contract to the satisfaction of the Government at no additional cost to the Government. 5.Matters related to safety, and any actions of the Contractor, shall meet all safety requirements of Riverside National Cemetery Safety Officer, Department of Veterans Affairs, OSHA, and the State. It is incumbent upon the Contractor to be familiar with these requirements. Contractor shall provide training of the contractor's and subcontractor's workers to meet these requirements. 6.Repair and replace any existing structure to existing condition when altered or damaged by the Contractor at no additional cost to the Government. 7.Completion Time: One hundred-twenty (120) calendar days from date of issuance of Notice to Proceed (NTP). B.Abbreviations 1.USDA. United States Department of Agriculture. 2.ASTM. American Society for Testing and Materials. C.Related Documents 1.ASTM D5268-13. Standard Specification for Topsoil Used for Landscaping Purposes. 2.ASTM D4972-01. Standard Test Method for pH of Soils. 3.ASTM D3385-09. Standard Test Method for Infiltration Rate of Soils in Field Using Double-Ring Infiltrometer. 4.ASTM F1815-97. Standard Test Methods for Saturated Hydraulic Conductivity, Water Retention, Porosity, Particle Density, and Bulk Density Soils. D.Submittals 1.Sample for Initial Verification: a.Submit 1 cubic foot sample of imported topsoil from the intended supplier(s) to the COR for approval. b.Submit Topsoil Laboratory Testing as indicated in "Quality Assurance" paragraph below for the sample(s) submitted. 2.Samples for Verification Prior to Delivery: a.Submit 1 cubic foot sample of imported topsoil from each source from which the soil is to be furnished for approval of the COR. If topsoil is from a single source, submit one sample for each 1000 tons of material to be delivered to the site. b.Submit Topsoil Laboratory Testing as indicated in "Quality Assurance" paragraph below for the sample submitted; Submit four (4) tests minimum. 3.Delivery Slips: Provide delivery slips as proof of shipment of specified materials. E.Delivery, Storage And Handling 1.The Contracting Officer's Representative (COR) will provide the Contractor with a delivery schedule for topsoil materials. Materials will be delivered on an as-needed basis, based on full truckloads of materials or as close to full truckloads as practicable. Single truckload shall not exceed 26.5 tons of material. 2.Notify the (COR) 48 hours minimum in advance of the scheduled delivery. 3.Materials shall be accompanied by delivery slips showing weight, name and address of supplier, and indication of conformance with state and federal laws, as applicable. 4.Bulk Materials: Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. Keep bulk materials away from contaminants. 5.Provide erosion control measures to prevent erosion or displacement of bulk materials, discharge of soil-bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 6.Provide soil test reports with each 1000 tons of topsoil. F.Quality Assurance 1.Topsoil Laboratory Testing: Testing is to be conducted by an independent, qualified soil-testing laboratory recognized by the State of California, or an Agricultural Extension in the state of California recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated, and that specializes in the types of tests to be performed. Soil laboratories affiliated with vendors are not acceptable. 2.Provide laboratory test reports indicating that the topsoil provided is in compliance with these specifications. Test results shall indicate that the topsoils meet the requirements of these specifications. Topsoils that do not meet these specifications will be rejected. 3.Topsoil Testing: For each topsoil from a different supplier or different source, furnish a separate soil analysis, written report and recommendations. 4.Soil analyses shall include: infiltration rate; gradation of sand, silt, and clay content; percentages of organic matter; pH; mineral and plant-macro and micro nutrient content of the soil; cation exchange capacity; salinity; sodium absorption ratio; exchangeable sodium percentage; and percent deleterious material. 5.Provide soil analyses in the form of a graphical report showing: a.Infiltration Rate (inches per hour). b.Soil composition (USDA particle size analysis indicating percentages of sand, silt and clay by weight with U.S. Sieves for Fine/Very Fine Sand.) c.Percent organic matter. d.Macro and micro nutrient fertility tests as determined by pH. e.Nitrate nitrogen, ammonium nitrogen, phosphate phosphorous, potassium, calcium, magnesium, soluble copper, zinc, manganese, iron saturation extract, boron and sodium analyses. f.Cation Exchange Capacity (CEC). g.Salinity (ECe). h.Sodium Absorption Ratio (SAR). i.Exchangeable Sodium Percentage (ESP). j.Percent deleterious material. 6.Recommendations: Report suitability of tested soils for plant growth. Based upon the test results, the laboratory shall provide recommendations for fertilizers and soil amendments to be applied in pounds per 1,000 square feet or tons per acre, as necessary to correct soil deficiencies. II. MATERIALS A.Crypt Backfill Material 1.Sandy Loam Topsoil: ASTM D5268; natural or cultivated surface-soil layer containing sand, silt, and clay particles; organic matter; essential nutrients for plant health; conforming to USDA classification for Sandy Loam topsoil; friable, pervious, and black or a darker shade of brown; free of subsoil, clay lumps, gravel, rocks and other objects more than 1/2 inch (13mm) in any dimension; and free of weeds, roots, and other extraneous materials harmful to plant growth. 2.Topsoil shall have the following physical properties: a.Infiltration rate: 0.6 to 0.8 in/hr. b.Clay: No more than 20 percent by weight. c.Sand: No more than 70 percent by weight but not less than 50 percent by weight; with no more than 4 percent by weight passing the No. 200 Sieve. d.Organic Matter: Minimum of 3 percent and maximum of 6 percent by weight. e.pH between 5.5 and 7.0. f.Salinity (ECe) between 0.5 and 3.0 dS/m. g.SAR: Less than 3. h.ESP: Less than 6 percent. i.Deleterious Material: Less than 1/2 percent. (End of Work Statement) The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.247-34, F.O.B. Destination, 52.211-6 Brand Name or Equal, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.246-1 Contractor Inspection Requirements apply to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34. The full text of the FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following VAAR Clauses will apply: 852.203-70 Commercial Advertising, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.211-73 Brand name or equal, 852.232-72 Electronic Submission of payment requests, 852.246-71 Inspection, 852.270-1 Representatives of Contracting Officers. The full text of the VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. The Government intends to award a contract resulting from this solicitation using the evaluation method "Lowest Price Technically Acceptable." This solicitation requires registration with the System for Award Management (SAM) prior to quote submission, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offers received from concerns that are not service-disabled veteran-owned small business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for Quotations. Failure to do so will make your offer non-responsive to this solicitation. Offerors are responsible for obtaining any and all amendments or additional information at http://www.fbo.gov. Quotations are due at 2:00 P.M. EST on February 6, 2015. All quotations must be submitted through the Department of Veterans Affairs vendor portal website in order to be considered for award.. Please go to VA eCMS Vendor Portal to register, https://www.vendorportal.ecms.va.gov. 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 a proposal through the vendor portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of quotations through email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Quotations will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615R0065/listing.html)
- Document(s)
- Attachment
- File Name: VA786-15-R-0065 VA786-15-R-0065.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1818975&FileName=VA786-15-R-0065-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1818975&FileName=VA786-15-R-0065-000.docx
- File Name: VA786-15-R-0065 Riverside NC Site Plan-ATTACHMENT A.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1818976&FileName=VA786-15-R-0065-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1818976&FileName=VA786-15-R-0065-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-15-R-0065 VA786-15-R-0065.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1818975&FileName=VA786-15-R-0065-000.docx)
- Place of Performance
- Address: Riverside National Cemetery;22495 Van Buren Blvd.;Riverside, CA
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN03618517-W 20150118/150116234242-158f11ca6b1435a01b1481601238b72b (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 |