DOCUMENT
S -- New Contract - Mow & Trim/Grounds Maintenance/Transportation of Remains - Ohio Western Reserve National Cemetery. - Attachment
- Notice Date
- 8/28/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- DEPARTMNET OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309
- Solicitation Number
- 36C78619Q0006
- Response Due
- 9/17/2018
- Archive Date
- 10/17/2018
- Point of Contact
- John M. Carlock
- E-Mail Address
-
arlock@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Tiered Evaluation Solicitation Number: 36C78619Q0006 Post Date: 08/27/2018 Original Response Date: 09/17/2018 at 12:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: Service Disabled Veteran Owned Small Business Period of Performance: Date of Award September 30, 2019 with (4) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Ohio Western Reserve National Cemetery 10175 Rawiga Road Seville, OH 44273 Attachments: A Wage Determination No. 2015-4727, Revision 6 B Performance Work Statement C Past Performance Questionnaire D List of References 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 36C78619Q0006 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 Effective August 22, 2018. This is a 100% set-aside for Service Disabled Veteran Owned Small Business TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 million. 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 grounds maintenance to include mow and trim, edging, pre & post emergence herbicide, fertilization, insecticide, over seeding, mulching, leaf removal, shrub and tree management, soil sampling, area preparation and sod laying, transportation of remains at Ohio Western Reserve National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete grounds maintenance services and transport of remains at Ohio Western Reserve National Cemetery located in Seville, Oh 44273 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. SCHEDULE OF UNIT PRICES Base Period: Date of Award through September 30, 2019 CLIN Operation Est. Quantity Unit Unit Cost Total Cost 0001 Shrub/Tree Management 2 EA $______ $_________ 0002 Leaf Removal 26 JB $______ $_________ 0003 Broadleaf Herbicide Application 2 EA $______ $_________ 0004 Pre-Emergence Herbicide Application 2 EA $______ $_________ 0005 Granular Fertilizer Application 3 EA $______ $_________ 0006 Mulching (tree rings/planting beds) 3 EA $______ $_________ 0007 Weeding (planting beds/tree rings) 14 JB $______ $_________ 0008 Over-seeding 20 Acres 1 JB $______ $_________ 0009 Soil Sample 1 EA $______ $_________ 0010 Insecticide Application (40 Acres) 1 JB $______ $_________ 0011 Curb and sidewalk edging 18 JB $______ $_________ 0012 Mowing 39 JB $______ $_________ 0013 Trimming edging 39 JB $______ $_________ 0014 Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request. 75,000 SF $______ $_________ 0015 Transportation of remains. 3,000 EA $______ $_________ Estimated Total Cost Base Period: $__________ Option Period 1: October 1, 2019 through September 30, 2020 CLIN Operation Est. Quantity Unit Unit Cost Total Cost 1001 Shrub/Tree Management 2 EA $______ $_________ 1002 Leaf Removal 26 JB $______ $_________ 1003 Broadleaf Herbicide Application 2 EA $______ $_________ 1004 Pre-Emergence Herbicide Application 2 EA $______ $_________ 1005 Granular Fertilizer Application 3 EA $______ $_________ 1006 Mulching (tree rings/planting beds) 3 EA $______ $_________ 1007 Weeding (planting beds/tree rings) 14 JB $______ $_________ 1008 Over-seeding (20 Acres) 1 JB $______ $_________ 1009 Soil Sample 1 EA $______ $_________ 1010 Insecticide Application (40 Acres) 1 JB $______ $_________ 1011 Curb and sidewalk edging 18 JB $______ $_________ 1012 Mowing 39 JB $______ $_________ 1013 Trimming/Edging 39 JB $______ $_________ 1014 Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request. 75,000 SF $______ $_________ 1015 Transportation of remains. 3,100 EA $______ $_________ Estimated Total Cost Option Period 1: $__________ Option Period 2: October 1, 2020 through September 30, 2021 CLIN Operation Est. Quantity Unit Unit Cost Total Cost 2001 Shrub/Tree Management 2 EA $______ $_________ 2002 Leaf Removal 26 JB $______ $_________ 2003 Broadleaf Herbicide Application 2 EA $______ $_________ 2004 Pre-Emergence Herbicide Application 2 EA $______ $_________ 2005 Granular Fertilizer Application 3 EA $______ $_________ 2006 Mulching (tree rings/planting beds) 3 EA $______ $_________ 2007 Weeding (planting beds/tree rings) 14 JB $______ $_________ 2008 Over-seeding (20 Acres) 1 JB $______ $_________ 2009 Soil Sample 1 EA $______ $_________ 2010 Insecticide Application (40 Acres) 1 JB $______ $_________ 2011 Curb and sidewalk edging 18 JB $______ $_________ 2012 Mowing 39 JB $______ $_________ 2013 Trimming/Edging 39 JB $______ $_________ 2014 Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request. 75,000 SF $______ $_________ 2015 Transportation of remains. 3,200 EA $______ $_________ Estimated Total Cost Option Period 2: $__________ Option Period 3: October 1, 2021 through September 30, 2022 CLIN Operation Est. Quantity Unit Unit Cost Total Cost 3001 Shrub/Tree Management 2 EA $______ $_________ 3002 Leaf Removal 26 JB $______ $_________ 3003 Broadleaf Herbicide Application 2 EA $______ $_________ 3004 Pre-Emergence Herbicide Application 2 EA $______ $_________ 3005 Granular Fertilizer Application 3 EA $______ $_________ 3006 Mulching (tree rings/planting beds) 3 EA $______ $_________ 3007 Weeding (planting beds/tree rings) 14 JB $______ $_________ 3008 Over-seeding (20 Acres) 1 JB $______ $_________ 3009 Soil Sample 1 EA $______ $_________ 3010 Insecticide Application (70 Acres) 1 JB $______ $_________ 3011 Curb and sidewalk edging 18 JB $______ $_________ 3012 Mowing 39 JB $______ $_________ 3013 Trimming/Edging 39 JB $______ $_________ 3014 Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request. 75,000 SF $______ $_________ 3015 Transportation of remains. 3,300 EA $______ $_________ Total Cost Option Period 3: $__________ Option Period 4: October 1, 2022 through September 30, 2023 CLIN Operation Est. Quantity Unit Unit Cost Total Cost 4001 Shrub/Tree Management 2 $______ $_________ 4002 Leaf Removal 26 $______ $_________ 4003 Broadleaf Herbicide Application 2 $______ $_________ 4004 Pre-Emergence Herbicide Application 2 $______ $_________ 4005 Granular Fertilizer Application 3 $______ $_________ 4006 Mulching (tree rings/planting beds) 3 $______ $_________ 4007 Weeding (planting beds/tree rings) 14 $______ $_________ 4008 Over-seeding (20 Acres) 1 $______ $_________ 4009 Soil Sample 1 $______ $_________ 4010 Insecticide Application (70 Acres) 1 $______ $_________ 4011 Curb and sidewalk edging 18 $______ $_________ 4012 Mowing 39 $______ $_________ 4013 Trimming/Edging 39 $______ $_________ 4014 Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request. 75,000 $______ $_________ 4015 Transportation of remains. 3,400 $______ $_________ Total Cost Option Period 4: $__________ Total Aggregate Cost Base Period and All Options $__________ 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 Ohio Western Reserve National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Mark Polen, Director; Phone:330-335-3069 ex.t: 105 Brian Cheesman, Foreman, Phone 330-725-6435 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 09/17/2018. 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 Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 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. 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 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 Contractor SHALL have a license to conduct business in the state of Ohio and shall submit a copy with their offer 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. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@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 (Attachment D) 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 (Aug 2018) 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, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $45,000.00| 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 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 (Apr 2018) 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 (Aug 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 Laborer, Grounds Maintenance WG 3-1 $14.84 + $4.50 Laborer, Grounds Maintenance WG 3-3 $16.08+ $4.50 Laborer, Grounds Maintenance WG 3-5 $17.32 + $4.50 End of Addenda End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0006/listing.html)
- Document(s)
- Attachment
- File Name: 36C78619Q0006 36C78619Q0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565453&FileName=36C78619Q0006-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565453&FileName=36C78619Q0006-000.docx
- File Name: 36C78619Q0006 36C78619Q0006 ATTACHMENT A - Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565454&FileName=36C78619Q0006-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565454&FileName=36C78619Q0006-001.pdf
- File Name: 36C78619Q0006 36C78619Q0006 ATTACHMENT B - 2018 SOW GM-Mow-Transportation Final.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565455&FileName=36C78619Q0006-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565455&FileName=36C78619Q0006-002.pdf
- File Name: 36C78619Q0006 36C78619Q0006 ATTACHMENT C - Past Performance Questionnaire and ATTACHMENT D - List of references.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565456&FileName=36C78619Q0006-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565456&FileName=36C78619Q0006-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78619Q0006 36C78619Q0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4565453&FileName=36C78619Q0006-000.docx)
- Place of Performance
- Address: Ohio Western reserve National Cemetery;10175 Rawiga Road;Seville, OH
- Zip Code: 44273
- Zip Code: 44273
- Record
- SN05060998-W 20180830/180828231909-c444ffba51a79b451741450d4a96176f (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 |