Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2018 FBO #6149
DOCUMENT

S -- Jefferson Barracks National Cemetery Herbicide Purchase and Spray Application - Attachment

Notice Date
9/22/2018
 
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
36C78619Q0037
 
Response Due
10/19/2018
 
Archive Date
11/18/2018
 
Point of Contact
John M. Carlock
 
E-Mail Address
arlock@va.gov<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: 36C78619Q0037 Post Date: 09/22/2018 Original Response Date: 10/19/2018 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: Jefferson Barracks National Cemetery 2900 Sheridan Road St Louis, MO 63125 Attachments: A Wage Determination No. 2015-5075, Revision 10 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 36C78619Q0037 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 (SDVOSB) 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 herbicide and application services at Jefferson Barracks National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete herbicide application services for Jefferson Barracks 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 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. Suggested Product is TruPower3 or Equal (2) Months of application for Fescue once in March and once again in May. Exact dates will be determined by the Grounds Foreman. For maximum effectiveness, spray equipment must not be higher than 24" off the ground. Must be licensed & insured in Missouri. This will be for 2 complete applications each year. BASE YEAR October 1, 2018 September 30, 2019 CLIN DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL 0001 March Application 220 Acre $ $ 0002 May Application 220 Acre $ $ Sub Total Base Year $____________ OPTION YEAR 1 October 1, 2019 September 30, 2020 CLIN DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL 1001 March Application 220 Acre $ $ 1002 May Application 220 Acre $ $ Sub Total Option Year 1 $__________ OPTION YEAR 2 October 1, 2020 September 30, 2021 CLIN DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL 2001 March Application 220 Acre $ $ 2002 May Application 220 Acre $ $ Sub Total Option Year 2 $___________ OPTION YEAR 3 October 1, 2021 September 30, 2022 CLIN DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL 3001 March Application 220 Acre $ $ 3002 May Application 220 Acre $ $ Sub Total Option Year 3 $__________ OPTION YEAR 4 October 1, 2022 September 30, 2023 CLIN DESCRIPTION EST. QTY. UNIT UNIT PRICE TOTAL 4001 March Application 220 Acre $ $ 4002 May Application 220 Acre $ $ Sub Total Option Year 4 $__________ 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 Camp Butler National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Mike Jerashen, Gardener; Phone:314-487-7669 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 10/19/2018. 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 Offeror MUST be licensed to do business in the state of Missouri 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 (a redacted copy of the technical proposal removing ALL company names and identifiable information is REQUIRED) 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 identify the exact work to be done. -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 (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, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $25,000.00| 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 52.232-40 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 WG 2 15.37 16.03 16.65 17.32 17.92 End of Addenda End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0037/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78619Q0037 36C78619Q0037.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605658&FileName=36C78619Q0037-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605658&FileName=36C78619Q0037-000.docx

 
File Name: 36C78619Q0037 36C78619Q0037 ATTACHMENT A - Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605659&FileName=36C78619Q0037-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605659&FileName=36C78619Q0037-001.pdf

 
File Name: 36C78619Q0037 36C78619Q0037 ATTACHMENT B - SOW Herbicide Application.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605660&FileName=36C78619Q0037-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605660&FileName=36C78619Q0037-002.pdf

 
File Name: 36C78619Q0037 36C78619Q0037 ATTACHMENT C - Past performance Questionnaire and ATTACHMENT D - List of references.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605661&FileName=36C78619Q0037-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4605661&FileName=36C78619Q0037-003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: JEFFERSON BARRACKS NATIONAL CEMETERY;2900 Sheridan Road;St. Louis, MO
Zip Code: 63125
 
Record
SN05101772-W 20180924/180922230044-a878475ea5be1ae7b93939efa6219087 (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.