DOCUMENT
99 -- M&R SOUTH EAST DISTRICT. Turf renovation Section A,B,C,&D - Florence National Cemetery. This is an M&R Project - Attachment
- Notice Date
- 7/17/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- National Cemetery Administration;Contracting Service;75 Barrett Heights Road, Suite 309;Stafford, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618R0438
- Response Due
- 8/23/2018
- Archive Date
- 10/22/2018
- Point of Contact
- Henry Dukes
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The National Cemetery Administration has issued a FY18 Turf Renovation Project for Designated Sections at the Florence National Cemetery. Reference Solicitation No: 36C78618R0438. Contractor shall provide all labor, supervision, equipment; materials and supplies to renovate designated sections of turf of the Florence National Cemetery, Florence, South Carolina. The Department of Veteran Affairs, Florence National Cemetery intends to award a fixed price contract to renovate designated sections of turf which include the area within the historical wall/fence area and border area to roadway Summary of Work: Contractor will renovate designated sections of turf (border areas include the area from roadways / fence to interment area) within the historical wall/fence turf areas. The contractor shall provide all supervision, professional advice/guidance, labor, parts, materials, equipment, and personnel, to provide these services. Cemetery Location: These services will be performed at: Florence National Cemetery 803 East National Cemetery Road Florence, SC 29506-3232 SEE ATTACHMENTS AND BURIAL SECTION DRAWINGS WHEN SOLICITATION IS RELEASED ON OR AROUND 2 AUGUST 2018. Upon receiving Notice to Proceed (NTP) under this contract, the Contractor and Site Manager shall contact the COR(s) to visit the site and plan the work schedule. The contractor will have all work/services completed, not to exceed 90 calendar days. Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation. The Contractor is responsible for supplying all equipment, personnel, tools, supplies and materials necessary to perform the services required by this contract. Licenses: Permits; Vehicle, Liability and Workman s Compensation Insurance: The Contractor shall be responsible for obtaining all necessary and current licenses, permits, vehicular insurance and registration, Workman s Compensatory Liability Insurance, property liability insurance etc., prior to the start date of this service. The contractor shall provide the Contracting Officer copies of these policies before commencing work. Utility Location: Prior to commencing any excavation or turf removal operations, the Contractor shall confirm the location of any utilities in the work area. Utilities include potable water systems, electrical power, gas, and water and sewer lines. A utility locator company may be brought in to assist in this process at the sole expense of the Contractor. Installed Irrigation System: Ground maintenance personnel will test and demonstrate to the Contractor the irrigation system prior to the start of work in any area. This inspection shall be documented in the weekly work report. The contractor will be responsible for the cost of the water for the irrigation of the turf by installing a water meter or paying water bill invoice submitted by COR. (*Note: If the water system of the cemetery is not functioning properly or insufficient water is not available on-site, contractor must secure other water sources and supply needed water by Water truck or other means at contractors choice and expense.) The Contractor is responsible to ensure that all work shall be done in a manner that safeguards all VA visitors, employees, and public. The Contractor shall be solely responsible for any and all actions initiated and/or completed by his/her employees. Furthermore, the contractor and his/her employees shall have a clear understanding of, and be sensitive to, such environmental issues as ground water contamination, wetlands, etc., and be consistent and fully compliant with all applicable Federal, State laws, ordinances, Right-to-Know laws, EPA guidelines, and regulations. All sod renovation/work shall be performed during the active growing season (time periods) of the turf/grass. (For Zoysia grass that is April first Mid-September) All sod installed after September 15th and before April 1st will not be inspected or accepted by the COR until the following spring green-up/growing season has began and the sod has rooted and sustained no damage from the winter. At this time the COR will inspect the sod sections and accept or not accept said sections. The contractor shall provide a schedule of any headstone miss-alignment problem cause by the turf renovation process. The COR will supply contractor headstone spec (height and tolerances per request). Any adjustment to headstones cause by the turf renovation process as well as any cleaning of headstones will be at the contractors expense. (*Note: No headstone shall be removed or leave the gravesite). The Contractor is responsible for ensuring that all its motor vehicles and equipment meet State inspection, safety, licensing, registration, and insurance requirements. Contractor Equipment: The Contractor shall not operate trucks, tractors, and other heavy equipment in excess of five tons on any turf area except when authorized in writing by the COR(s). The Government will award this solicitation as a Firm Fixed Price Service Contract in accordance with the criteria contained in 52.212-2. This acquisition is 100% Service Disabled Veteran-Owned Business Set-Aside. The NAICS Code is 561730. Size standard is $7.5 Million. Electronic solicitations will be available for download from Federal Business Opportunities http://www.FedBizOpps.gov on or around August 2, 2018. Responses to the solicitation are due by 2:00 P.M. EST, August 23, 2018. Offeror s are advised that they are responsible for obtaining amendments to the solicitation which is available at FedBizOpps. No telephone requests will be accepted. Any questions should be sent via email and addressed to: Henry Dukes, Contracting Officer in writing at henry.dukes@va.gov. Prospective offeror s must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://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 for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals. (See Provision 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Electronic solicitations will be available for download from http://www.fbo.gov on or about August 2, 2018. No paper copies will be issued. Offeror s are responsible for obtaining any and all amendments or additional information at http://www.fbo.gov. Proposals are due at 2:00 P.M. EST on August 23, 2018. All proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. 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. Information shall be submitted in the manner requested in INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined technically non-responsive and removed from further consideration. SPECIAL NOTICE: If Contractor encounters problems with the Vendor Portal please mail or e-mail your proposal to: Henry Dukes U.S. Department of Veterans Affairs National Cemetery Administration 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 Or Henry.Dukes@va.gov THREE (3) PRE-BID SITE VISIT: Pre-bid site visit inspection are highly recommended, please contact the Contracting Officer s Representative (COR) to schedule visit for the following dates, contact Mr. John Zigler or Ms. Carolyn Howard at (843) 669-8783: Tuesday, 7 August 2018 at 11:00 AM Wednesday, 8 August 2018 at 11:00 AM Thursday, 9 May 2018 at 11:000 AM NOTE: All Questions pertaining to this solicitation must be submitted by COB Wednesday, 15 August 2018 to henry.dukes@va.gov any questions sent after this date will not be considered. DESIGNATED CONTRACTING OFFICER S REPRESENTATIVE (COR): Mr. John Zigler, Primary COR at John.Zigler@va.gov Ms. Carolyn Howard, Alternate COR at Carolyn.Howard@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618R0438/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618R0438 36C78618R0438_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489553&FileName=36C78618R0438-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489553&FileName=36C78618R0438-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618R0438 36C78618R0438_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4489553&FileName=36C78618R0438-000.docx)
- Place of Performance
- Address: Florence National Cemetery;803 East National Cemetery Road;Florence, SC
- Zip Code: 29506-3232
- Zip Code: 29506-3232
- Record
- SN04994446-W 20180719/180717230830-4613700c3ace4ca8e7d45f2db13506b9 (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 |