DOCUMENT
S -- Trimming and Edging Services for Memphis National Cemetery “Tiered Evaluation” - Attachment
- Notice Date
- 10/3/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;155 Van Gordon Street, Suite 501;Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- 36C78619Q0038
- Response Due
- 11/1/2018
- Archive Date
- 1/30/2019
- Point of Contact
- Jerry L. Hodson Jr
- Small Business Set-Aside
- N/A
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78619Q0038 Post Date: 10/03/2018 Response Date: 11/01/2018 at 10:00 am MT Applicable NAICS: 561730 (Landscaping Services) Classification Code: S208 (Landscaping/Groundskeeping Services) Set Aside Type: 100% Service Disabled Veteran Owned Small Businesses Tiered Evaluation Period of Performance: Date of Award through 09/30/2023 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration 155 Van Gordon Street, Suite 501 Lakewood, CO 80228 Place of Performance: Memphis National Cemetery 3568 Townes Avenue Memphis, TN 38122 Attachments: A Performance Work Statement B Wage Determination for Memphis, TN, Shelby County C Labor Rate Worksheet D Past Performance Questionnaire E 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; Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0038 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100. This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) Tiered Evaluation The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730 -- Landscaping Services, 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 landscape services at Memphis National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete landscape services at Memphis National Cemetery following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, 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 located in Attachment A of the PWS pages 15-18. 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: Date of award through 09/30/2023 Services to be Provided: See Attachment A 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 Memphis National Cemetery, YOU MUST CONTACT one of the following personnel to RSVP for a site visit: Memphis National Cemetery: POC: Amanda Rhodes-Wharton; at Phone: 901-386-8311 ext. 221 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 10:00 am MT on 11/01/2018. 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. Historical Data: Incumbent Contractor: Worrell Contracting Company, Inc, DUNS: 123339561 Past Base and 4 options contract #: VA786-13-C-0149 Cutting and trimming seasons vary with the seasonal weather. Historically, labor on site has been 4-5 workers during the peak growing season from April through September. The dormant season labor historically has been 2-3 workers from October through March where less labor is required. Contractors should keep this in mind when developing their price quote and completing the labor rate worksheet for pricing. Quote 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 Services located in Attachment D of the PWS pages 15-18. -Technical Package for Evaluation -Labor Rate Worksheet (Attachment C) -Past Performance Questionnaire (Attachment D) -List of References (Attachment E) Quotes shall be submitted via email to the following address: OFFEROR ECMS VENDOR PORTAL REGISTRATION: All Interested Offerors must be registered with the Department of Veterans Affairs eCMS Vendor Portal at https://www.vendorportal.ecms.va.gov. Offerors who require registration shall proceed to the Vendor Portal s Login section and shall click on Request a user account to register. In the event an Offeror is unable to submit a proposal through the vendor portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. If an Offeror is still having difficulties in submitting a proposal via the Vendor Portal the Contracting Officer may accept an Offeror s proposal via email under the following circumstances: 1. Offeror must provide evidence that an email discussions or verbal discussion with the VAAS helpdesk could not resolve registration issues. 2. Proposal submitted must meet the time constraints as set forth in the solicitation. Proposals submitted via email without set requirements will not be accepted and will be considered to be nonresponsive. Late or incomplete Proposals will also be considered to be nonresponsive. ***Questions pertaining to this announcement shall be sent no later than 10/15/2018 by email to: jerry.hodson@va.gov. Telephone inquiries will not be accepted. Evaluation Process: This synopsis will involve a tiered evaluation (cascading) in accordance with Procurement Policy Memorandum 2018-04 5(b). This solicitation is being issued as a tiered evaluation for Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns, or in the alternative, a tiered evaluation for Veteran Owned Small Businesses (VOSB) concerns, or in the alternative, a set aside for other Small Business (SB) 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 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. Quoted price must be determined to be fair and reasonable in order to be eligible for award. Contractors shall complete and submit, with their quote, the attached labor rate worksheet. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Past Performance Only SDVOSB Status will be verified in CVE Quote 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 no more than three (3) references of their choosing. The completed references shall be sent to: jerry.hodson@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 Quote 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 52.216-21 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0038/listing.html)
- Document(s)
- Attachment
- File Name: 36C78619Q0038 36C78619Q0038_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618543&FileName=36C78619Q0038-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618543&FileName=36C78619Q0038-000.docx
- File Name: 36C78619Q0038 S02_Attachment-A_Performance Work Statement-Updated 10-2-18 FINAL - Copy.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618544&FileName=36C78619Q0038-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618544&FileName=36C78619Q0038-001.pdf
- File Name: 36C78619Q0038 S02_Attachment-B_Wage Determinations SCA.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618547&FileName=36C78619Q0038-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618547&FileName=36C78619Q0038-002.pdf
- File Name: 36C78619Q0038 S02_Attachment-C_Labor Rate Worksheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618549&FileName=36C78619Q0038-003.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618549&FileName=36C78619Q0038-003.xlsx
- File Name: 36C78619Q0038 S02_Attachment-D_Past Performance Questionnaire.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618551&FileName=36C78619Q0038-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618551&FileName=36C78619Q0038-004.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78619Q0038 36C78619Q0038_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4618543&FileName=36C78619Q0038-000.docx)
- Place of Performance
- Address: Memphis National Cemetery;3568 Townes Avenue;Memphis, TN 38122
- Zip Code: 38122
- Zip Code: 38122
- Record
- SN05114843-W 20181005/181003230905-11c3d82deb2ca3ff051298b0706b3d77 (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 |