DOCUMENT
Z -- Maintain Irrigation System to Isolate Segments - Fort Logan National Cemtery - Attachment
- Notice Date
- 8/10/2018
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Deparetment of Veteran Affairs;155 Van Gordon St.;Lakewood;Colorado 80228
- ZIP Code
- 80228
- Solicitation Number
- 36C78618Q9638
- Response Due
- 8/21/2018
- Archive Date
- 10/20/2018
- Point of Contact
- Geraldine Herrera
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9638 Post Date: 08/10/2018 Original Response Date: 08/21/2018, at 2:00 pm Applicable NAICS: 221310 Classification Code: Z Set Aside Type: Service Disabled Veteran Owned Small Business Period of Performance: Date of Award through 09/30/2018 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Fort Logan National Cemetery 4400 W. Kenyon Ave Denver, CO 80236 Attachments: A Wage Determination for Laboror B Performance Work Statement C Water Utility Sheet 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 36C78618Q9638 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05/99. 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 221310, with a business size standard of 27.5M. 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 Requirements Contract. Scope: The contractor shall be responsible for providing irrigation services at Fort Logan National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete irrigation services for Fort Logan National 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 removal and replacement of two (2) existing main-line resilient wedge isolation gate valves, including excavation, demolition, backfill, compaction, and site restoration, per industry standards and codes. Period of Performance: Date of award through 30 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 Fort Logan National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Fort Logan National Cemetery, POC: Martin Fawcett, (303) 761-0117, or Charles Christensen, (303) 914-5705. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm on 08/21/2018. 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: geraldine.herrera@va.gov Mail: 155 Van Gordon St Suite 500 Lakewood, CO 80228 Questions pertaining to this announcement shall be sent by email to: geraldine.herrera@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: 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: -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. The completed references shall be sent to: geraldine.herrera@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. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. 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). (c)(3) 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 Laboror $ End of Addenda End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9638/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9638 36C78618Q9638.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4535899&FileName=36C78618Q9638-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4535899&FileName=36C78618Q9638-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9638 36C78618Q9638.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4535899&FileName=36C78618Q9638-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Fort Logan National Cemetery;4400 W. Kenyon Ave;Denver,CO 80236
- Zip Code: 80236
- Zip Code: 80236
- Record
- SN05032203-W 20180812/180810231149-c30d4b13d327c7c7f978fd4e0edfa983 (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 |