Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2019 FBO #6262
SOLICITATION NOTICE

S -- Refuse removal from the National Memorial Cemetery of the Pacific This solicitation contains tiered evaluations

Notice Date
1/13/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Contracting Services;75 Barrett Heights Road, Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78619Q0113
 
Response Due
1/25/2019
 
Archive Date
3/26/2019
 
Point of Contact
540-658-7204
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78619Q0113 Post Date: 01/13/2019 Original Response Date: 01/25/2019 at 4:00 pm EST Applicable NAICS: 562111 NAICS Size Standard: $38.5 Million Classification Code: S205 Set Aside Type: Small Business Set-Aside Period of Performance: April 1, 2019 through March 31, 2020 plus 4 one-year option periods if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services Place of Performance: National Memorial Cemetery of the Pacific 2177 Puowaina Dr, Honolulu, HI 96813 Attachments: Scope of Work Wage Determination No. 1XXXXXXXXXXXX Past Performance Reference List Attachments 1-9 of NCA forms 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 Quote (RFQ), solicitation number 36C78619Q0113. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective Oct 2018. 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 provide Trash Pickup Services at the National Memorial Cemetery of the Pacific (NMCP) (Punchbowl) located at 2177 Puowaina Drive Honolulu, HI 96813-1729. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide refuse services for the National Memorial Cemetery of the Pacific following National Cemetery Administration standards. Units and services to be in accordance with Statement of Work, Technical Specifications, and the 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 Item (CLIN). 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. Responses to this Request for Quotes (RFQ) are due to the Contracting Officer no later than 4:00 pm Eastern Standard Time (EST) on 01/25/2019. 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 Friday, January 18, 2019. Questions pertaining to this announcement shall be sent by email to: mary.accomando@va.gov. Questions will not be addressed using the telephone. QUOTE FORMAT AND SUBMISSION INFORMATION: Quotes shall be submitted via email ONLY: Solicitation Notice of Tiered Evaluations This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) WOSB concerns, and (4) small business concerns. Offers will be evaluated within the highest tier level before consideration is given to the next tier level offers. Offers will be evaluated to determine if the offer meets the Government s requirements as well as fair and reasonable pricing. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. 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: 1. 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. 2. Technical Acceptability a) Demonstrated experience performing this requirement b) Demonstrated qualifications to perform services c) Use of Sub-Contractors 3. Past Performance 4. 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: 1. Experience of company and subcontractors anticipated to perform work under this contract 2. Managerial & Technical Qualifications of key personnel 3. 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 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 (Oct 2018) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) 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 (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.216-18 Ordering (Oct 1995) FAR 52.216-19 Order Limitations (Oct 1995) FAR 52.216-21 Requirements (Oct 1995) FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-79 Commercial Advertising (May 2008) 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 (Oct 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(12), (b)(22), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(33)(i), (b)(42), (b)(47), (b)(49), (b)(56), (c)(2), (c)(3), (c)(5), (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 Truck Driver, Heavy WG8 $23.05 + $4.50 STATEMENT OF WORK The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish all necessary labor, material, equipment and supervision for Trash Pickup Services at the National Memorial Cemetery of the Pacific (NMCP) (Punchbowl) located at 2177 Puowaina Drive Honolulu, HI 96813-1729. The overall responsibility of the Contractor is to plan, coordinate, organize, manage, and perform the activities described herein, which are required to complete a successful pickup safely and discrete. Contract period is for a base period with four (1) one-year options if exercised. Units and services to be in accordance with the Scope of Work, terms and conditions, contained in this solicitation. The offers shall include a price for each Contract Line Item Number (CLIN), a total price for the estimated quantities, and a sub total price for all estimated services in the contract base period and each option year. Unit prices shall be all inclusive containing (unit prices for materials, unit prices for labor, any labor burden or fringes, any associated travel costs, profit, overhead, and of the like). This is a firm-fixed priced, requirements contract. This requirement provides estimated quantities that are a realistic estimated total quantity for the resulting contract in accordance with FAR 16.503. The Government is not obligated to any specified quantity, but shall be obligated to provide payments for all services requested succeeding from task orders following with this solicitation. THE NATIONAL CEMETERY ADMINISTRATION (NCA) MISSION: THE NCA HONORS VETERANS WITH A FINAL RESTING PLACE AND LASTING MEMORIALS THAT COMMEMORATE THEIR SERVICE TO OUR NATION. National cemeteries are a resting place for our nation's heroes and as such, the standards for management, maintenance and appearance of these cemeteries have been established by the National Cemetery Administration to reflect this nation's concern and respect for those interred there. The NCA mission is to honor veterans with a final place and lasting memorials that commemorate their services to our nation. Because of the special significance and attention the National Cemeteries receive for the public and Government Officials, strict adherence to standards and performance, contract terms and conditions are essential and will often exceed that of other comparative organizations. Therefore, potential bidders are advised to consider this in their quote and during contract performance. B.2.2 TECHNICAL SPECIFICATIONS: 1. Contractor shall provide all necessary supervision, labor, materials, supplies, tools, equipment, and appropriate trucks to provide Trash Pickup Service at the National Memorial Cemetery. 2. Contractor shall provide trash pickup services for the following clin items: 2-Eight cubic yard containers without lids; pick up (2) times a week. 1-Six cubic yard container with automatic locking lids; pickup (1) time a week. 1-Thirty-Five cubic yard container; pickup once a year as required. 1-Ten cubic yard container; on demand (Monday-Saturday) 3. Contractor shall provide English speaking personnel at all times while performing the duties of this contract. This is to ensure proper communication between parties. 4. All work coverage shall be performed during scheduled work hours: Federal Holidays observed by the Federal Government are: January New Year's Day, January Martin Luther King's Birthday February President's Day May Memorial Day July Independence Day September Labor Day October Columbus Day November Veteran's Day, November Thanksgiving Day December Christmas Day When a holiday falls on a Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. Also included are any days specifically declared by the President of the United States of America as a Federal Holiday. B.2.3 CONDUCT AT THE CEMETERY While performing work at the National Cemetery, Trash Pickup staff are required to adhere to the following standards of dress and conduct: A. National cemeteries are National Shrines; security personnel appearance and conduct shall be professional and unobtrusive at all times. B. Trash Pickup staff will behave with appropriate decorum, courtesy, and respect while within the cemetery or at its perimeter or entrances. Shouting, cursing, angry outbursts, sleeping, intoxication, unsafe driving, and criminal acts of any kind will not be tolerated and shall be cause for immediate removal from the cemetery. These actions could jeopardize any future contract or renewal of current contract. C. The contractor will ensure all motor vehicles used in this contract meet state safety, licensing, registration, and insurance requirements. All contract personnel operating vehicles will have a valid driver's license. D. The Government reserves the right to refuse acceptance of Contractor if personal or professional conduct jeopardizes the regular or ordinary operation of the cemetery. The contractor will work with the Contracting Officer's Representative (COR) on issues raised concerning contract personnel's conduct. The final arbiter on questions of acceptability will be determined by the Contracting Officer. E. Trash Pickup staff shall conduct themselves in a professional manner. Discrimination of any kind is strictly forbidden. Language and behavior shall be in accordance with federally mandated policies. B. The parties agree that such personnel shall not be considered NMCP employees for any purpose and shall be considered employees of the contractor. BASE PERIOD APRIL 1, 2019 THROUGH MARCH 31, 2020 CLIN Description of Services Estimated Quantity Unit of Issue Unit Cost Estimated Total Cost 0001 2 eight (8) cubic yard containers without lids; priced per pick up Estimated at twice a week 104 JB $ $ 0002 1 six (6) cubic yard container with automatic locking lid; picked up once a week 52 JB $ $ 0003 1 Thirty-five (35) cubic yard container once a year if needed 01 JB $ $ 0004 1 Ten (10) cubic yard container on if needed (Monday Saturday) 05 JB $ $ Estimated total Base Period $ OPTION PERIOD ONE APRIL 1, 2020 THROUGH MARCH 31, 2021 CLIN Description of Services Estimated Quantity Unit of Issue Unit Cost Estimated Total Cost 1001 2 eight (8) cubic yard containers without lids; priced per pick up Estimated at twice a week 104 JB $ $ 1002 1 six (6) cubic yard container with automatic locking lid; picked up once a week 52 JB $ $ 1003 1 Thirty-five (35) cubic yard container once a year if needed 01 JB $ $ 1004 1 Ten (10) cubic yard container on if needed (Monday Saturday) 05 JB $ $ Estimated total First Option Period $ OPTION PERIOD TWO APRIL 1, 2021 THROUGH MARCH 31, 2022 CLIN Description of Services Estimated Quantity Unit of Issue Unit Cost Estimated Total Cost 2001 2 eight (8) cubic yard containers without lids; priced per pick up Estimated at twice a week 104 JB $ $ 2002 1 six (6) cubic yard container with automatic locking lid; picked up once a week 52 JB $ $ 2003 1 Thirty-five (35) cubic yard container once a year if needed 01 JB $ $ 2004 1 Ten (10) cubic yard container on if needed (Monday Saturday) 05 JB $ $ Estimated total Second Option Period $ OPTION PERIOD THREE APRIL 1, 2022 THROUGH MARCH 31, 2023 CLIN Description of Services Estimated Quantity Unit of Issue Unit Cost Estimated Total Cost 3001 2 eight (8) cubic yard containers without lids; priced per pick up Estimated at twice a week 104 JB $ $ 3002 1 six (6) cubic yard container with automatic locking lid; picked up once a week 52 JB $ $ 3003 1 Thirty-five (35) cubic yard container once a year if needed 01 JB $ $ 3004 1 Ten (10) cubic yard container on if needed (Monday Saturday) 05 JB $ $ Estimated total Third Option Period $ OPTION PERIOD FOUR APRIL 1, 2023 THROUGH MARCH 31, 2024 CLIN Description of Services Estimated Quantity Unit of Issue Unit Cost Estimated Total Cost 4001 2 eight (8) cubic yard containers without lids; priced per pick up Estimated at twice a week 104 JB $ $ 4002 1 six (6) cubic yard container with automatic locking lid; picked up once a week 52 JB $ $ 4003 1 Thirty-five (35) cubic yard container once a year if needed 01 JB $ $ 4004 1 Ten (10) cubic yard container on if needed (Monday Saturday) 05 JB $ $ Estimated total Fourth Option Period $ Estimated Total Base and all Option Periods $ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0113/listing.html)
 
Record
SN05193722-F 20190115/190113230017 (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.