Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
DOCUMENT

S -- PACIFIC DISTRICT(OAK) - FY18 Shrine/Millennium Project for Golden Gate National Cemetery - Headstone Support System - Attachment

Notice Date
5/16/2018
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration (NCA);NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618R0359
 
Response Due
6/5/2018
 
Archive Date
8/4/2018
 
Point of Contact
Tene Becknell
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Department of Veterans Affairs National Cemetery Administration (NCA) FY 2018 Millennium Shrine Project Golden Gate National Cemetery 6 NOTICE: This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in subpart FAR 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; offers are being requested and a written Solicitation (SF1449) document will not be issued. Solicitation number 36C78618R0359 is being issued as a Request for Proposals (RFP). This notice and the incorporated provisions and clauses are in effect through the Federal Acquisition Regulations (FAR) and the Veterans Affairs Acquisition Regulations (VAAR). All responsible sources may submit a Proposal. FAR clauses and provisions enclosed within this RFP are those in effect through Federal Acquisition Circular (FAC) 2005-89 and are available in full text through Internet access at http://www.acquisition.gov/far. This is a 100% Service Disable Veteran Owned Small Business (SDVOSB), Open Market procurement. North American Industry Classification System (NAICS) code is 561730 Landscaping Services. The size standard is $7.5 million dollars. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov and MUST have an active SAM account PRIOR TO AWARD and through final payment. Potential awardees must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov as well PRIOR to award and through final payment. *ADDITIONAL NOTE* SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-10 VA Notice of Total Veteran-Owned Small Business Set-Aside.) Offers received that are not Service Disabled Veteran-Owned Small Business (SDVOSB) concerns, shall not be considered and will not be evaluated. To receive considerations as an SDVOSB concern, your company must have a current registration in the Veteran Information Pages (VIP) database at www.vip.vetbiz.gov. 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. Therefore, all proposals received prior to the RFP close date will be considered by the Contracting Office. It is the Government s intent to make a single award to the Lowest Price Technically Acceptable (LPTA) offeror. SITE VISIT: Although detailed requirements for all work to be performed will be provided in this Combined Synopsis, all interested Offerors should perform a site visit at the cemetery to ensure they understand the full scope of the work and site conditions. The site visit will afford the Offeror sufficient time to make certain that he can determine the exact extent of work required for each Contract Line Item (CLINs). Offerors shall inspect all sites where services are to be performed and to understand all general and local conditions that may affect the cost of contract performance (See Provision 52.237-1 Site Visit). In no event shall failure to inspect constitute grounds for a claim or request for equitable adjustment after contract award.   Failure to do so will not relieve the successful offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. Failure to conduct a site visit will not relieve the successful Offeror from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. One (1) Site Visit will be conducted: Date: Wednesday, May 23, 2018 Times: Between the hours of 8:30 a.m. until 10:30 a.m. (Pacific) ONLY Location: Golden Gate National Cemetery Administration Building 1300 Sneath Lane, San Bruno, CA 94066 *IMPORTANT NOTE* - Potential Offerors will not be allowed to conduct unscheduled site visits/tours pertaining to this requirement before or after the designated solicitation site visit time frames for the duration of the pre-solicitation, solicitation, and pre-award phases through contract award. SUBMITTING YOUR PROPOSAL *NOTE*: It is the Offeror s responsibility for ensuring proper submission and receipt of your Proposals and supporting documentation to the designated Contracting Officer (CO) PRIOR to the designated submission deadline for this Combined Synopsis/Solicitation requirement. Offerors shall submit their Proposal (in.pdf format only) via email with your company logo on company letterhead to Ms. TenĂ© Becknell @ tene.becknell@va.gov. The Offeror s Proposal shall consist of three (3) volumes and must include the information listed below: Volume I - Technical Capability (Work Plan, Quality Control Plan, Drawings, Submittals, Licenses, Bond, Company Information, supporting documentation, etc.) Volume II Price/Cost Schedule Volume III Certifications & Representations, Amendments Proposal submissions must also include the following information: Company Name, Company Point of Contract (POC), address (No PO Box addresses), telephone number, email address of POC Company DUNS number Confirmation of your company s status as Veterans Information Pages (VIP) certified Service Disabled/Veteran Owned Businesses (SDVOSB/VOSB) concern. VIP Certification must be active/current. Company Capabilities Statement 561730 NAICS Code Verification (listed on SAM and VIP Company Profiles) Proof of current System for Award Management (SAM) registration (completed copy of FAR 52.212-3 - Offerors Representations and Certifications- Commercial Items). Proof of Performance Bond Email size restrictions may require you to send proposal volumes in separate email attachments. If multiple emails are required to be sent to the CO, please ensure to include the Solicitation Number/Cemetery Name/ and MUST include the following additional information: Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s Proposal unacceptable, and thus ineligible for award. The provision at 52.212-2, Evaluation -- Commercial Items (OCT 2014). The Government will award a contract resulting from this solicitation to the responsible Offeror whose Proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Proposals based on (LPTA) Lowest Priced Technically Acceptable. All Proposals shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of Proposals. The Proposal will be evaluated strictly in accordance with its written content. Proposals which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Offeror whose price for items are lowest among all Proposals that were deemed to be technically acceptable. Offerors who fail to meet the technical requirements of the solicitation will be rated unacceptable and thus, ineligible for award. Proposals will be evaluated based on the following factors listed as shown below: TECHNICAL EVALUATION APPROACH. The evaluation process will consider whether the Proposal demonstrates a clear understanding of the technical specifications or features involved in meeting the requirements and whether the Offeror s methods and approach have adequately and completely considered, defined and satisfied the requirements. Descriptive literature (and supplemental technical Proposals, if deemed necessary by Offeror to supplement the descriptive literature) will be evaluated to determine whether the Proposal items meet all of the technical requirements (described above) and are thus considered technically acceptable. Proposals that do not meet all of the salient characteristics will be deemed technically unacceptable, and thus ineligible for award. PRICE EVALUATION APPROACH. Proposed pricing shall be provided on a unit price line basis. The Government will evaluate Proposals by adding the total of all line item prices. Evaluation Process: A Responsibility Determination will also be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of financial risk, responsibility and ability the databases include, but are not limited to: Duns & Bradstreet, PPIRS, EPLS, CPARs, Veterans Information Pages (VIP) and the Small Business Administration (SBA). ALL QUESTIONS SHALL BE DIRECTED TO THE CONTRACTING OFFICER ONLY! Please do not contact the Golden Gate National Cemetery staff or its representatives regarding this solicitation. Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted in writing to Ms. TenĂ© Tarver Becknell at tene.becknell@va.gov. All questions must be received by no later than May 29, 2018 at 4:00PM (EST) to allow a reasonable response time to questions prior to close of the solicitation. NO CALLS. No questions will be accepted after May 29, 2018 as this solicitation will close on June 5, 2018 at 6:00 pm (Eastern). Due Date for Final Proposal Submission: Proposals Volumes, and all supporting documentation must be emailed to Ms. TenĂ© Becknell at tene.becknell@va.gov and received no later than June 5, 2018 at 6:00 pm (Eastern). SOLICIATION PROVISIONS: 52.212-1, Instructions to Offerors- Commercial Items (JAN 2017) 52.209-7, Information Regarding Responsibility Matters (JUL 2013) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2017) 52.216-1 Type Of Contract (APR 1984) 52.233-2, Service of Protest (Sep 2006) 52.237-1, Site Visit (APR 1984) CLAUSES: 52.211-10, Commencement, Prosecution, and Completion of Work (APR 1984) The Contractor shall be required to (a) commence work under this contract within 15 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 90 days from the date of issuance of the Notice to Proceed. The time stated for completion shall include final cleanup of the premises. (End of Clause) SBA ACT 8(D)(13)(B); DIGNITY STANDARDS 52.212-4, Contract Terms and Conditions (JAN 2017) applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018) applies to this acquisition. PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference (FEB 1998) 001AL-11-15-A     Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 52.203-3, Gratuities (APR 1984) 52.204-4, Printed of Copied Double-Sided on Recycled Paper (MAY 2011) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEP 2013) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.228-16, Performance and Payment Bonds Other Than Construction (NOV 2006) CL-120     Supplemental Insurance Requirements 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities Or Transactions Relating to IRAN-Representation and Certifications (OCT 2015) 52.236-2 Differing Site Conditions (APR 1984) 52.236-5 Material and Workmanship (APR 1984) 52.236-6 Superintendence by the Contractor (APR 1984) 52.236-7 Permits and Responsibilities (NOV 1991) 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements (APR 1984) 52.236-12 Cleaning Up (APR 1984) 52.236-13 Accident Prevention (NOV 1991) 52.242-14 Suspension of Work (APR 1984) VAAR CLAUSES: The VAAR Clauses that may be applicable to this acquisition are: 852.203-70 Commercial Advertising (JAN 2008) 852.203-71, Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009)853.232-72 Electronic Submission Of Payment Request (NOV 2012) 852.233-71 Alternate protest procedure (JAN 1998) 852.236-76 Correspondence (APR 1984) 852.236-77 Reference to "Standards" (JUL 2002) 852.236-78 Government Supervision (APR 1984) 852.236-80 Subcontracts and Work Coordination (APR 1984) 852.236-84 Schedule of Work Progress (NOV 1984) 852.270-1, Representatives of Contracting Officers (JAN 2008) Information concerning clauses and provision incorporated by reference may be obtained in Full text at https://www.acquisition.gov. http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to conduct business with or enter into a contract award with any company or its affiliates or otherwise, that pay for the information provided in this synopsis. ALSO SEE DOCUMENTS: S02 36C78618R0359 SHRINE - Golden Gate NC 051618 S02 36C78618R0359 SHRINE - Golden Gate Scope of Work S02 36C78618R0359 SHRINE - Golden Gate Price Cost Schedule for complete Combined Synopsis/Solicitations details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618R0359/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618R0359 36C78618R0359.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310032&FileName=36C78618R0359-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310032&FileName=36C78618R0359-000.docx

 
File Name: 36C78618R0359 S02 - 36C78618R0359 - Shrine Project - Golden Gate NC 051618.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310033&FileName=36C78618R0359-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310033&FileName=36C78618R0359-001.pdf

 
File Name: 36C78618R0359 S02 - 36C78618R0359 - SHRINE - Golden Gate - SCOPE OF WORK 051618.pdf.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310034&FileName=36C78618R0359-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310034&FileName=36C78618R0359-002.pdf

 
File Name: 36C78618R0359 S02 - 36C78618R0359 - SHRINE - Golden Gate - PRICE COST SCHEDULE 051618.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310035&FileName=36C78618R0359-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310035&FileName=36C78618R0359-003.pdf

 
File Name: 36C78618R0359 P01 - GGNC Millennium Phase III - Attachments 1 of 2.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310036&FileName=36C78618R0359-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310036&FileName=36C78618R0359-004.pdf

 
File Name: 36C78618R0359 P01 - ATT. 2-Contract Drawings, GGNC Phase III R2 - Shrine.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310037&FileName=36C78618R0359-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310037&FileName=36C78618R0359-005.pdf

 
File Name: 36C78618R0359 P07 - Wage Determination 2015-5637 - San Mateo County.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310038&FileName=36C78618R0359-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310038&FileName=36C78618R0359-006.pdf

 
File Name: 36C78618R0359 P07 - General Decision Number - CA180029 050418 CA29.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310039&FileName=36C78618R0359-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310039&FileName=36C78618R0359-007.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;National Cemetery Administration (NCA);Golden Gate National Cemetery;1300 Sneath Lane;San Bruno, CA 94066
Zip Code: 94066
 
Record
SN04924665-W 20180518/180516231012-f5152ce7df6311938874b5d45492b72b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.