DOCUMENT
87 -- Grass Seed - Baltimore National Cemetery Subject to the availability of FY18 funds. - Attachment
- Notice Date
- 5/2/2018
- Notice Type
- Attachment
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of VA;National Cemetery Administration;75 Barrett Heights Ave
- Solicitation Number
- 36C78618Q0330
- Response Due
- 5/11/2018
- Archive Date
- 6/10/2018
- Point of Contact
- 22556
- E-Mail Address
-
hen1@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 7 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q0330 Post Date: 05/02/2018 Original Response Date: 05/11/2018 at 2:00 pm Applicable NAICS: 339999 Classification Code: 8730 Set Aside Type: 100% Service Disabled Veterans Owned Small Business(SDVOSB) Period of Performance: 7 Days after award Delivery Requirement: Within 7 days of order placement Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Baltimore National Cemetery 5501 Frederick Ave Baltimore, MD 21228 Attachments: A Past Performance Questionnaire 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. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm on 05/11/2018. Responses to this announcement will result in a Firm-Fixed Contract with FOB Destination and the Government intends to make award under this announcement without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than 05/08/2018. Questions will not be addressed using the telephone. 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (June 2011) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors; Accordingly, any contract resulting from this solicitation will include these clauses. SDVOSB offerors must be verified with the Center for Verification and Evaluation (CVE) to participate under the Veterans First Contracting Program at the time of the response to this announcement at the following website: https://www.vip.vetbiz.gov. See VAAR clause 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside for additional information on the Veterans First Contracting Program requirements. Offers received from companies not registered in https://www.vip.vetbiz.gov will not be considered and ineligible for award The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Baltimore National Cemetery anticipates a firm fixed price contract for Grass Seed Mix delivered and within 7 days. The applicable North American Industrial Classification System (NAICS) code for this procurement is 339999, with a business size standard of 500 employees. The National Cemetery Administration is seeking quotes from Service Disabled Veterans Owned Small Business qualified to provide Grass Seed Mix per the listed specsification in the SOW. Period of Performance: 7 days after award. Scope: The Contractor shall furnish and deliver 374 bags of grass seed to the Baltimore National Cemetery, 5501 Frederick Avenue, Baltimore, MD. Completion Time: The Contractor will deliver grass seed within seven (7) working days after receipt of notice of contract award, subject to all terms, conditions, provisions and schedules of the contract. Supply Price Schedule: CLIN Description Qty Unit Unit Price Total 001 Grass seed will be certified high quality, Turf Type Tall Fescue select blend consisting of three different cultivars in 50 lb. bags. Seed should be 95% pure grass seed with a minimum 80% germination rate. FOB Destination. 374 50lb bags $_______ $________ Product Descriptions: Statement of Need General Requirements - Grass Seed Delivery A.1. Grass seed will be certified high quality, Turf Type Tall Fescue select blend consisting of three different cultivars in 50 lb. bags. Seed should be 95% pure grass seed with a minimum 80% germination rate. A.2. Label on grass seed will identify the following: Name and address of labeler Lot number Kind and variety of turfgrass seed listed in order of predominance Percent by weight of pure seed of each species and variety (percent purity) Germination percentage (percent viable seed) Percent by weight of other crop seed Percent by weight of weed seed Percent undesirable grass seed Percent by weight of inert matter Date on which the germination test was conducted ITEM(s) TO BE DELIVERED TO THE FOLLOWING ADDRESS: Baltimore National Cemetery 5501 Frederick Ave Baltimore, MD 21228 Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address -Pricing shall be submitted as requested in the Price Schedule of Supplies -Technical Package for Evaluation NOTE: Supply offered must meet the requirement or better, please provide a legit detailed label picture or description as requested under A.1- general requirement. Proposals shall be submitted via email to the following email addresses: Email: Iris.Chen1@VA.Gov Questions pertaining to this announcement shall be sent by email to: Iris.Chen1@VA.Gov Telephone inquiries will not be accepted. End of Addenda Evaluation Process: Quotes will be evaluated in accordance with FAR 13.106-2(b) Evaluation of Quotations or Offers -Pricing shall be submitted as requested in the Schedule of Supplies. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Detailed Product Description offered in response to the solicitation Delivery time from placement of order placement Completed Price Schedule -Past Performance. The offeror is responsible for providing at least one (1) reference of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment A) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: Iris.Chen1@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. The source selection authority shall determine the relevance of similar past performance information. Basis for Award: The Government intends to award a firm fixed price resulting from this solicitation whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on the factors set forth below. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability. Each offeror s technical package will be evaluated to determine if the offeror provides a products or products compliant with the product description and delivery time. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical package evaluation. If an offeror receives a technical rating of Non-Acceptable they will not be considered for award. Past Performance: Past performance will be evaluated for quality, schedule, cost/price control, management, regulatory compliance. Past performance experience will be evaluated as well (i.e. experience in providing services similar in size, scope, and complexity as described in the scoop of work and statement of need). If no past performance information is readily available, the Offeror s past performance will be evaluated as Neutral. A database check in PPIRS for CPARS reports will be conducted as well. A Responsibility Determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will research information and data bases to aid in establishing contractor s responsibility and ability to perform. The databases include, but are not limited to Experian, D&B, PPIRS, EPLS, VetBiz and SBA. Solicitation Provisions and Contract Clauses 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 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 The following solicitation provisions apply to this acquisition: FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2017) FAR 52.216-1 Type of Contract (Apr 1984) (Firm Fixed Price) FAR 52.233-2 Service of Protest (Sep 2006) (75 Barrett Heights Rd. Suite 309, Stafford, VA 22556) VAAR 852.211-72 Technical Industry Standards (Jan 2008) (technical standards provided in Attachment A) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) 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. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.219-6 - Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.246-2 Inspection Of Supplies -- Fixed-Price (Aug 1996) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 Va Notice Of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016)(DEVIATION) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (b)(1), (b)(4), (b)(8), (b)(16), (b)(18), (b)(21) (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33), (b)(42), (b)(49), and (b)(56). End of Addenda End of Document See attached document: Past Performance Questionnair. End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0330/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0330 36C78618Q0330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4273943&FileName=36C78618Q0330-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4273943&FileName=36C78618Q0330-000.docx
- File Name: 36C78618Q0330 Past Performance Questionnair.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4273944&FileName=36C78618Q0330-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4273944&FileName=36C78618Q0330-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0330 36C78618Q0330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4273943&FileName=36C78618Q0330-000.docx)
- Place of Performance
- Address: Baltimore National Cemetery;5501 Frederick Avenue;Baltimore, MD
- Zip Code: 21228
- Zip Code: 21228
- Record
- SN04908366-W 20180504/180502231154-fd478ecd9f8242e98820a111773727fe (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 |