Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
DOCUMENT

87 -- Landscaping Supplies for Mirmar-Ft.Rosecrans Natl Cem - Attachment

Notice Date
5/29/2018
 
Notice Type
Attachment
 
NAICS
444220 — Nursery, Garden Center, and Farm Supply Stores
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration Pacific;Oakland, CA 94612
 
ZIP Code
94612
 
Solicitation Number
36C78618Q0370
 
Response Due
6/12/2018
 
Archive Date
6/13/2018
 
Point of Contact
Valentin Saucedo
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0370 Posted Date: 05-29-2018 Original Response Date: 06-12-2018 Current Response Time: 5:00pm(PST) Set Aside: Small Business NAICS Code: 444220 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 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 quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The Associated North American Industrial Classification System (NAICS) code for this procurement is 444220. The National Cemetery Administration Pacific District is seeking quotes from Small Business that are qualified to provide landscape supplies as per the Statement of Work. at Miramar/ Fort Rosecrans National Cemetery. STATEMENT OF WORK FT. ROSECRANS NC COMPLEX LANDSCAPE SUPPLIES LANDSCAPE SUPPLIES AND PRICE/COSTS PRICE SCHEDULE: The contractor shall procure and deliver materials to Miramar National Cemetery, 5795 Nobel Drive, San Diego CA 92122; and Ft Rosecrans National Cemetery, 1800 Cabrillo Memorial Drive, San Diego, CA 92101 on an as-needed basis. All materials will be in accordance with the Description/Specifications/Statement of Work, contained in this contract. National Cemetery Administration National Shrine Commitment Operational Standards and Measures (Version 5.1 July 2014 or the most current version); Handbook 3130: the most current Organizational Analysis and Improvement Guide (OAI). Copies of these documents may be obtained from the cemetery director, Rex Kern, (Tel.: 858.658.7366). All materials will be delivered to the respective cemeteries as needed. No backorder of material is acceptable. Delivery charges will be a flat fee. The base contract performance period is from Date of Award, through September 30, 2018 with four (4) one-year options beginning on October 1 through September 30, if exercised. Base Year: Date of Award to September 30, 2018 CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 0001                 Landscape materials 0001a           Amended topsoil 60/25/10/5 sandy loam/fir shavings/compost/manure 450 CY $ $ 0001b           Decorative bark mulch -brown in color 1" to 3" 550 CY $ $ 0001c             River rock (cobble) 1" - 3" multi-color 200 CY $ $ 0001d             River rock (cobble) 3" - 6" multi-color 200 CY $ $ 0001e Decorative Gravel - 3/4" to 1" 150 CY $ $ TOTAL 0001 $ 0002             DELIVERY CHARGES 1 JOB $ TOTAL CLINS 0001 AND 0002 $ Option Year 1: October 1, 2018 to September 30, 2019 CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 1001                 Landscape materials 1001a           Amended topsoil 60/25/10/5 sandy loam/fir shavings/compost/manure 450 CY $ $ 1001b           Decorative bark mulch -brown in color 1" to 3" 550 CY $ $ 1001c             River rock (cobble) 1" - 3" multi-color 200 CY $ $ 1001d             River rock (cobble) 3" - 6" multi-color 200 CY $ $ 1001e Decorative Gravel - 3/4" to 1" 150 CY $ $ TOTAL 1001 $ 1002             DELIVERY CHARGES 1 JOB $ TOTAL CLINS 1001 AND 1002 $ Option Year 2: October 1, 2019 to September 30, 2020 CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 2001                 Landscape materials 2001a           Amended topsoil 60/25/10/5 sandy loam/fir shavings/compost/manure 450 CY $ $ 2001b           Decorative bark mulch -brown in color 1" to 3" 550 CY $ $ 2001c             River rock (cobble) 1" - 3" multi-color 200 CY $ $ 2001d             River rock (cobble) 3" - 6" multi-color 200 CY $ $ 2001e Decorative Gravel - 3/4" to 1" 150 CY $ $ TOTAL 2001 $ 2002             DELIVERY CHARGES 1 JOB $ TOTAL CLINS 2001 AND 2002 $ Option Year 3: October 1, 2020 to September 30, 2021 CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 3001                 Landscape materials 3001a           Amended topsoil 60/25/10/5 sandy loam/fir shavings/compost/manure 450 CY $ $ 3001b           Decorative bark mulch -brown in color 1" to 3" 550 CY $ $ 3001c             River rock (cobble) 1" - 3" multi-color 200 CY $ $ 3001d             River rock (cobble) 3" - 6" multi-color 200 CY $ $ 3001e Decorative Gravel - 3/4" to 1" 150 CY $ $ TOTAL 3001 $ 3002             DELIVERY CHARGES 1 JOB $ TOTAL CLINS 3001 AND 3002 $ Option Year 4: October 1, 2021 to September 30, 2022 CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 4001                 Landscape materials 4001a           Amended topsoil 60/25/10/5 sandy loam/fir shavings/compost/manure 450 CY $ $ 4001b           Decorative bark mulch -brown in color 1" to 3" 550 CY $ $ 4001c             River rock (cobble) 1" - 3" multi-color 200 CY $ $ 4001d             River rock (cobble) 3" - 6" multi-color 200 CY $ $ 4001e Decorative Gravel - 3/4" to 1" 150 CY $ $ TOTAL 4001 $ 4002             DELIVERY CHARGES 1 JOB $ $ TOTAL CLINS 4001 AND 4002 $ SUMMARY TOTALS ESTIMATED TOTAL BASE YEAR: Date of Award through September 30, 2018 $ OPTION YEAR 1: October 1, 2018 through September 30, 2019 $ OPTION YEAR 2: October 1, 2019 through September 30, 2020 $ OPTION YEAR 3: October 1, 2020 through September 30, 2021 $ OPTION YEAR 4: October 1, 2021 through September 30, 2022 $ Total Base and all Option Years Estimated Cost: $ NOTE: The quantities given are only estimates of materials to be delivered. The Contractor shall be paid only for orders placed by the COR and actually provided. DESCRIPTION / SPECIFICATIONS / WORK STATEMENT PLACE OF PERFORMANCE The Contractor shall provide all materials at Fort Rosecrans National Cemetery and Fort Rosecrans Annex at Miramar MCAS. Specific locations for delivery of material and supplies are as follows: Cemetery Address Fort Rosecrans National Cemetery Cabrillo Memorial Drive, San Diego, CA 92106 Fort Rosecrans Annex (Miramar) 5795 Nobel Drive, San Diego, CA 92122 GENERAL REQUIREMENTS & SPECIFICATIONS MATERIALS PROVIDED: The Contractor shall provide the following materials and supplies on an as-needed basis. AMENDED TOPSOIL A. Amended Topsoil: A homogeneous mixture consisting of 60% sandy loam topsoil/ 25% fir shavings / 10% compost / 5% manure by weight. 1. Topsoil: ASTM D 5268, Sandy Loam, pH range of 5.5 to 7, a minimum of 2 percent organic material content; free of stones 1 inch (25 mm) or larger in any dimension and other extraneous materials harmful to plant growth. a. Topsoil Source: Import topsoil or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural land, bogs or marshes. 2. Compost: Well-composted, stable, and weed-free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2-inch (13-mm) sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: a. Organic Matter Content: 50 to 60 percent of dry weight. b. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source-separated or compostable mixed solid waste. 3. Fir Shavings: Decomposed, nitrogen-treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. 4. Manure: Well-rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: 1. Type: Decorative bark, brown, 1 to 3, free of any weeds or pests, similar in color and texture to the existing mulch. B. Mineral Mulch: Hard, durable stone, washed, free of loam, sand, clay, and other foreign substances, of following type, size range, and color: 1. Type 1: Crushed Granite. a. Size Range: 3/4 inch (maximum), 1/4 inch (minimum). b. Color: Uniform readily available natural gravel color range to match existing. 2. Type 2: Rounded Riverbed Cobble. a. Size Range: 1 inch (minimum) to 3 inch (maximum). b. Color: Multi-color to match existing materials. 3. Type 3: Rounded Riverbed Cobble. a. Size Range: 3 inch (minimum) to 6 inch (maximum). b. Color: Multi-color to match existing materials. (End of Work Statement) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions 2. FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) 4. FAR 52.225-18, Place of Manufacture 5. FAR 52.233-2, Service of Protest 6. VAAR 852.246-7, Guarantee 7. VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference a. VAAR 852.252-70 includes the following provisions that must be completed by the offeror: 1. FAR 52.209-5, Certification Regarding Responsibility Matters 2. FAR 52.222-22, Previous Contracts and Compliance Reports 3. FAR 52.222-25, Affirmative Action Compliance 4. FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) 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.\ The Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 The following contract clauses apply to this acquisition: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are included as addenda to FAR 52.212-4: a. FAR 52.217-8, Option to Extend Services (Nov 1999) *30 calendar days b. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) * 30; 60; Five years b. FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) https://www.wdol.gov/ All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CO. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a Small Business set-aside for supplies as defined herein. The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Purchasing Agent: Valentin Saucedo, valentin.saucedo@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 NLT, June 12, 2018, at 5:00pm (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; valentin.sauedo@va.gov to the Purchasing Agent, (510-637-6288). End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0370/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0370 36C78618Q0370.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342344&FileName=36C78618Q0370-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342344&FileName=36C78618Q0370-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04935979-W 20180531/180529230623-9616fe81906255c4e50d69804e135fe3 (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.