DOCUMENT
S -- New Grounds Maintenance Contract - Confederate Mound Soldiers Lot at Oak Woods Cemeetery - Base year with four option years. Base Year starting August 1, 2018 thru September 30, 2018 - Attachment
- Notice Date
- 7/21/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;Contracting Services Department;575 N. Pennsylvania Street, Suite 495;Indianapolis, IN 46204
- ZIP Code
- 46204
- Solicitation Number
- 36C78618Q9578
- Response Due
- 7/30/2018
- Archive Date
- 9/28/2018
- Point of Contact
- Mary B Accomando
- E-Mail Address
-
8-7204<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9578 Post Date: 7/21/2018 Original Response Date: 7/30/2018/2018 at 4:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: 100% Service Disabled Veteran Owned Small Business Period of Performance: 8/1/2018 to 9/30/2018 with 4 one-year option periods Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Confederate Mound Burial Plot/Monument Located Within Oak Wood Cemetery 1035 E. 67th Street Chicago, IL 60637 Attachments: A Wage Determination for WD 15-5017 (Rev.-10) B Statement of Work 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78618Q9578 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99-1 This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5M. 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. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract. Scope: The contractor shall be responsible for providing Grounds Maintenance services at Confederate Mound Burial Plot/Monument Located Within Oak Wood Cemetery 1035 E. 67th Street Chicago, IL 60637. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete Grounds Maintenance services at Confederate Mound Burial Plot/Monument Located Within Oak Wood Cemetery following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. Period of Performance: 08/01/18 9/30/18 with four one-year option periods CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Mowing in accordance with the Statement of Work 02 EA. $_________ $___________ 0002 Headstone and Monument Trimming in accordance with the Statement of Work 02 EA. $_________ $___________ 0003 Monument Sidewalk Edging in accordance with the Statement of Work 02 EA. $_________ $___________ Total: Option year One Dates: 10/01/18 9/30/19 1001 Mowing in accordance with the Statement of Work 35 EA. $_________ $___________ 1002 Headstone and Monument Trimming in accordance with the Statement of Work 35 EA. $_________ $___________ 1003 Monument Sidewalk Edging in accordance with the Statement of Work 14 EA. $_________ $___________ 1004 Leaf and Debris Removal in accordance with the Statement of Work 35 EA. $_________ $___________ 1005 Headstone and Monument Cleaning in accordance with the Statement of Work 07 EA. $_________ $___________ 1006 Flagpole and Monument Maintenance in accordance with the Statement of Work 01 EA. $_________ $___________ 1007 Pre-Emergent Crabgrass Control in accordance with the Statement of Work 01 EA. $_________ $___________ 1008 Fertilizer and Broadleaf Herbicide Application in accordance with the Statement of Work 02 EA. $_________ $___________ 1009 Over-Seeding in accordance with the Statement of Work 70,000 SF $_________ $___________ Total $___________ Option year Two Dates: 10/01/19 9/30/20 2001 Mowing in accordance with the Statement of Work 35 EA. $_________ $___________ 2002 Headstone and Monument Trimming in accordance with the Statement of Work 35 EA. $_________ $___________ 2003 Monument Sidewalk Edging in accordance with the Statement of Work 14 EA. $_________ $___________ 2004 Leaf and Debris Removal in accordance with the Statement of Work 35 EA. $_________ $___________ 2005 Headstone and Monument Cleaning in accordance with the Statement of Work 07 EA. $_________ $___________ 2006 Flagpole and Monument Maintenance in accordance with the Statement of Work 01 EA. $_________ $___________ 2007 Pre-Emergent Crabgrass Control in accordance with the Statement of Work 01 EA. $_________ $___________ 2008 Fertilizer and Broadleaf Herbicide Application in accordance with the Statement of Work 02 EA. $_________ $___________ 2009 Over-Seeding in accordance with the Statement of Work 70,000 SF $_________ $___________ Total $___________ Option year Three Dates: 10/01/20 9/30/21 3001 Mowing in accordance with the Statement of Work 35 EA. $_________ $___________ 3002 Headstone and Monument Trimming in accordance with the Statement of Work 35 EA. $_________ $___________ 3003 Monument Sidewalk Edging in accordance with the Statement of Work 14 EA. $_________ $___________ 3004 Leaf and Debris Removal in accordance with the Statement of Work 35 EA. $_________ $___________ 3005 Headstone and Monument Cleaning in accordance with the Statement of Work 07 EA. $_________ $___________ 3006 Flagpole and Monument Maintenance in accordance with the Statement of Work 01 EA. $_________ $___________ 3007 Pre-Emergent Crabgrass Control in accordance with the Statement of Work 01 EA. $_________ $___________ 3008 Fertilizer and Broadleaf Herbicide Application in accordance with the Statement of Work 02 EA. $_________ $___________ 3009 Over-Seeding in accordance with the Statement of Work 70,000 SF $_________ $___________ Total $___________ Option year Four Dates: 10/01/21 9/30/22 4001 Mowing in accordance with the Statement of Work 35 EA. $_________ $___________ 4002 Headstone and Monument Trimming in accordance with the Statement of Work 35 EA. $_________ $___________ 4003 Monument Sidewalk Edging in accordance with the Statement of Work 14 EA. $_________ $___________ 4004 Leaf and Debris Removal in accordance with the Statement of Work 35 EA. $_________ $___________ 4005 Headstone and Monument Cleaning in accordance with the Statement of Work 07 EA. $_________ $___________ 4006 Flagpole and Monument Maintenance in accordance with the Statement of Work 01 EA. $_________ $___________ 4007 Pre-Emergent Crabgrass Control in accordance with the Statement of Work 01 EA. $_________ $___________ 4008 Fertilizer and Broadleaf Herbicide Application in accordance with the Statement of Work 02 EA. $_________ $___________ 4009 Over-Seeding in accordance with the Statement of Work 70,000 SF $_________ $___________ Total $___________ Total Estimated Price Base and all option periods $______________ Services to be Provided: See Attachment B Performance Work Statement SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the at Confederate Mound Burial Plot/Monument Located Within Oak Wood Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Confederate Mound Burial Plot/Monument Located Within Oak Wood Cemetery, Phone: (815) 423-9958 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 7/30/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award 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. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. 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 Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment C) -List of References (Attachment D) Proposals shall be submitted via email or via mail to the following addresses: Email: john.carlock@va.gov or mary.accomando@va.gov Mail: 75 Barrett Heights Road Suite 309 Stafford, VA 22556 For proposals mailed, proposals shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: john.carlock@va.gov and mary.accomando@va.gov. Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs, to include options, 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 Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Past Performance SDVOSB Status verification in CVE Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing three (3) references of their choosing to: john.carlock@va.gov and mary.accomando@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. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors 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 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 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2018) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2018) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) Employee Class Monetary Wage Fringe Benefits Gardener $16.46+ $4.50 End of Addenda End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9578/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9578 36C78618Q9578.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498798&FileName=36C78618Q9578-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498798&FileName=36C78618Q9578-000.docx
- File Name: 36C78618Q9578 Wage Determination WD 15-5017 (Rev.-10).pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498799&FileName=36C78618Q9578-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498799&FileName=36C78618Q9578-001.pdf
- File Name: 36C78618Q9578 Statement of Work Grounds Maintenance.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498800&FileName=36C78618Q9578-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498800&FileName=36C78618Q9578-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9578 36C78618Q9578.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4498798&FileName=36C78618Q9578-000.docx)
- Place of Performance
- Address: Confederate Mound Burial Plot/Monument;Located Within Oak Wood Cemetery;1035 E. 67th Street;Chicago, IL
- Zip Code: 60637
- Zip Code: 60637
- Record
- SN05001913-W 20180723/180721230038-314c495ae7eac28bddaaee83742cf7bb (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 |