SOLICITATION NOTICE
S -- New Contract (FY2019) Arboricultural Services for SDVOSBs Puerto Rico National Cemetery
- Notice Date
- 2/15/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309
- ZIP Code
- 22556
- Solicitation Number
- 36C78619Q0150
- Response Due
- 2/27/2019
- Archive Date
- 3/29/2019
- Point of Contact
- 540-658-7221
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78619Q0150 Posting Date: 02/15/2019 Response Date: 02/27/2019 at 08:00 am Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: Service Disabled Veteran Owned Small Businesses Period of Performance: Date of Award plus 30 Days Delivery Requirement: N/A Attachments: [1] Attachment A - Scope of Work Arboricultural Services for Puerto Rico National Cemetery [2] Attachment B - Cost Schedule Arboricultural Services for Puerto Rico National Cemetery [3] Attachment C - SCA WD 2015-5707 Rev 10 DATED 12-26-2018 [4] Attachment D - Past Performance Evaluation Questionnaire Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Puerto Rico National Cemetery #50 Avenida Cementerio Nacional Bayamón PR 00961 Description: 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. This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 08:00 am on 02/27/2019. The Award to this announcement will result in a Firm-Fixed Price Contract as the Government intends to make award under this announcement 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. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than 02/21/2019 at 08:00 AM. Questions will not be addressed using the telephone. The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Puerto Rico National Cemetery anticipates a firm fixed price contract for Arboricultural Services. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 Million. The National Cemetery Administration is soliciting quotes for the providing Arboricultural Services for the Puerto Rico National Cemetery. This requirement is 100% Set-Aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Period of Performance: Date of Award plus 30 Days Scope: See attached document titled Attachment A - Scope of Work - Arboricultural Services for Puerto Rico National Cemetery for full details of Scope of Work for this requirement. Price Schedule: See attached document titled Attachment B - Cost Schedule - Arboricultural Services for Puerto Rico National Cemetery for cost/price schedule for this requirement. 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 Completed Schedule of Prices in.doc or.docx format or PDF. Technical documents in a written narrative as specified in the evaluation factors for the Government s evaluation. At a minimum, provide two (2) past performance references within the last 3 years that are similar in size and scope to this solicitation. Use only the attached Past Performance Questionnaire form. Prepare one for each reference. Quotes shall be submitted via email or via mail to the following addresses: Email: Max.Andrade@VA.Gov Questions pertaining to this announcement shall be sent by email to: Max.Andrade@VA.Gov Telephone inquiries will not be accepted. Evaluation Process: 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government will evaluate quotes under FAR Part 13, Simplified Acquisition Procedures for commercial items. Evaluation Process: The Government will award a contract to the responsible offeror whose offer conforms to solicitation requirements and 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). A comparative evaluation is the act of comparing either two or more offers in response to this RFQ. A comparative evaluation will be done in accordance with the following: The Government reserve the right to consider a response that offers more than the minimum requirement and select that response if it provided the best benefit to the Government. The Government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The Government has the discretion to make an award based on whether the lowest price of the quotations/offers, having the highest past performance rating possible, represents the best benefit to the Government. Technical Approach and Understanding of the Work: Offer shall be evaluated in accordance with the criteria contained in the Solicitation and on how well the technical approach meets the Government requirements. Technical approach shall include the following: Narratives that details and demonstrates the Contractor s understanding of the complexity and magnitude of the requirement. The deliverables include: Performance Plan: submit a detailed performance plan (no more than 10 pages) to indicate how the contractor plans to meet the goals of the cemetery listed in this solicitation. Performance Plan includes the following: Performance schedule Frequency. The contractor s quote will be evaluated on how well it meets the performance goals of this contract. Identify and subcontractor(s) to be used in performance of this contract and list the type and percentage of work each party shall perform, along with each subcontractor s socio-economic status (e.g. Disabled/Veteran owned, Woman owned, Small, Large Business, etc.) Full Staffing Plan: submit a plan (no more than 5 pages) to indicate how the Contractor plans to establish and maintain a staff in accordance to this solicitation. Resume of Contractor (no more than 5 pages) Full Listing of Equipment that shall be used for this requirement, along with the ages of all equipment. Failure to provide the required deliverables may result in the Contractor being considered non-responsive. Past performance: Past performance shall be evaluated based on the Offer s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods. The Contracting Officer s knowledge of previous experience with the supply or service being acquired; Customer past performance questionnaire replies The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or; Any other reasonable basis. Price: Price analysis will be conducted to determine a fair and reasonable price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Solicitation Provisions and Contract Clauses FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Oct 2018) VAAR 852.211-72 Technical Industry Standards (Nov 2018) (technical standards provided in Attachment A) 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. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar 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 (Jan 2017): FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-70 Commercial Advertising (May 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018) 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: (a)(1), (a)(2), (a)(3), (a)(4), (b)(1), (b)(4), (b)(8), (b)(9), (b)(16), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33), (b)(42), (b)(49), (b)(55), and (b)(56). End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-FEB-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/36C78619Q0150/listing.html)
- Place of Performance
- Address: Puerto Rico National Cemetery;#50 Avenida Cementerio Nacional;Bayamón PR 00961
- Zip Code: 00961
- Country: United States
- Zip Code: 00961
- Record
- SN05224354-F 20190217/190215230027 (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 |