Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2019 FBO #6300
SOLICITATION NOTICE

Z -- Perimeter Fence Repair @ Los Angeles Natl Cemetery

Notice Date
2/20/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
36C78619Q0193
 
Response Due
3/8/2019
 
Archive Date
3/28/2019
 
Point of Contact
valentin.saucedo@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78619Q0193 Posted Date: 02-20-2019 Original Response Date: 03-08-2019 Current Response Time: 5:00pm(PST) Product or Service Code: Z2PZ Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 238990 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective Oct 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990, with a small business size standard of 15 Million. The National Cemetery Administration Pacific District is seeking quotes from Service Disabled Veteran Owned Small Business (SDVOB) that are qualified to repair the Perimeter Fence at Los Angeles National Cemetery. STATEMENT OF WORK The Perimeter Fence Repair FY19 Project is located on the perimeter grounds of the Los Angeles National Cemetery and more specifically as indicated in the field by the Contracting Officer Representative (COR) and / or the Cemetery Director. The Los Angeles National Cemetery is located at 950 South Sepulveda Blvd., Los Angeles, California. All work shall be performed in accordance with the Drawings, Technical Specifications, Statement of Work, and related Contract Documents. Contractor shall provide all labor, tools, materials, equipment, services, submittals, supervision, testing, permits, inspections, and related work as described in the Contract Documents for the following Contract Line Items: SCHEDULE OF SERVICES: CLIN Description (Base Bid) Quantity Unit Unit Price Total Price 0001 GALVANIZED MEDAL FENCE POST: Contractor shall fabricate, deliver, and install new galvanized medal Fence Post at various locations at the National Cemetery grounds. This work includes all labor, equipment, materials, permits, surveys, galvanized hardware, concrete base, epoxy painting of all exposed surfaces, removal and disposal of damaged posts and related items. 8 EA 0002 GALVANIZED MEDAL FENCE PANEL: Contractor shall fabricate, deliver, and install new galvanized medal Fence Panel at various locations at the National Cemetery grounds. This work includes all labor, equipment, materials, welding, galvanized hardware, epoxy painting of all exposed surfaces, removal and disposal of damaged panels and related items. 13 EA 0003 GALVANIZED MEDAL FENCE PICKET: Contractor shall fabricate, deliver, and install new galvanized medal Fence Pickets at various locations at the National Cemetery grounds. This work includes all labor, equipment, materials, welding, galvanized hardware, epoxy painting of all exposed surfaces, removal and disposal of damaged pickets and related items. 12 EA TOTAL BASE BID PRICE $ TOTAL BASE BID PRICE WRITTEN: NOTE TO BIDDERS All Contract Line Item Numbers (CLIN) should have both Unit Price and Total Price for a complete and acceptable Base Bid submission. SCOPE OF WORK GENERAL SCOPE OF WORK: Contractor shall provide all labor, tools, materials, equipment, services, submittals, supervision, testing, and related work described in the Contract Documents to conduct Perimeter Fence Repair FY19 Projects located on the perimeter grounds of the Los Angeles National Cemetery and more specifically as indicated in the field by the Contracting Officer Representative (COR) and / or the Cemetery Director. All work will be conducted with the Drawings, Technical Specifications, Referenced Standards, and Guidelines. Submittal Requirements include submittals of all materials required to perform the work. No work shall be conducted until all related submittals have been received and approved by the Contracting Officer Representative (COR). DRAWINGS 898-M&R-FY19-062-01 Site Plan / Project Location TECHNICAL SPECIFICATIONS Section 32 31 20 Maintenance & Repair of Decorative Metal Fences & Gates GENERAL PROJECT REQUIREMENTS The Contractor shall comply with the following General Project Requirements: Contractor shall read and comply with all conditions of this contract including the Drawings and Technical Specification as it relates to work requirements, products & materials, submittals, testing, and execution of the work for a complete working system. Contractor shall maintain hard copies of all contract documents, drawings, technical specifications, and all permit approvals at the Project Site at all time. Contractor shall perform a thorough field survey of the existing conditions and features in and around the Project Area. Any conditions which may cause significant deviation shall be brought to the attention of the Contracting Officer and the Contracting Officer Representative (COR) for clarification by submitting a dated, numbered, and signed Request for Information (RFI). Contractor shall not begin any Demolition or Excavation until all the appropriate underground and above ground utilities have been located and marked in the field. Contractor shall pay for private locator to locate all underground utilities within the project areas. There shall be no excavation until all utilities have been located and marked in the field. Contractor shall submit a list of submittals required for review by the project manager to the contracting officer. Contractor shall perform all historic metal work in conformance with the Technical Specifications, Referenced Standards, and Guidelines. Contractor shall schedule and pay for all related testing and inspections if required as part of the Work. All testing and inspection reports shall be turned over to the COR. Contractor shall minimize the need for unnecessary disturbance within the Project Area. All disturbed areas shall be restored back to the original condition or better. Contractor shall keep the project work site clean and presentable at all times. At the end of each work day, all material and equipment shall be stored in a designated place per the Cemetery Director and / or COR. Contractor shall coordinate all work with the Contracting Officer s Representative (COR) and Cemetery Director. Work will be conducted in such a manner as to minimize the impact on the National Cemetery operations and scheduled services. Work shall be in conformance with the submitted and COR approved Project Schedule. Contractor shall submit a Request for Information (RFI) to the Contracting Officer (CO) on all Project related questions, concerns, any potential Change Order Request. All work will be accomplished during normal business hours (8:00 am to 4:30 pm) Monday through Friday, except Federal Holidays, or at a time determined by the COR. Only the Contracting Officer (CO) has the authority to make changes to the contract that affects Contract Price and/or Contract Time. Contractor shall conduct work with the special care, reverence, dignity, and respect that acknowledge the cemetery as the final resting place that commemorates the service and sacrifice that service members, veterans and their families made for our nation. Work appearance and procedures performed by the Contractor at this cemetery shall reflect this nations concern for those interred there. Due to the sensitive mission of the National Cemetery, the Contractor shall exhibit absolute decorum, composure, and stability at all times when working at the National Cemetery. PRE-BID SITE VISIT It is highly recommended that Bidders inspect the site, investigate by observation, and Request Information via (RFI) and responses through the Contracting Office to satisfy their understanding of the work to be done. This includes all general, local and technical conditions that may affect the cost and the feasibility of their Bid Proposal. Prior to submission of any Bid Proposal, the Contractor shall perform a thorough field survey of the existing conditions and features. Any conditions which may cause significant deviation shall be brought to the attention of the Contracting Officer (CO) for clarification prior to submission of the such Bid. In no event, shall failure of the Bidder to inspect the site constitute grounds for a claim after Award for additional fee or time to complete the work. Bidders planning to conduct a site visit shall contact the Cemetery Director or Cemetery Foreman to make arrangements. GENERAL CONSTRUCTION REQUIREMENTS Contractor Safety Requirements: The Contractor shall assume sole responsibility for safety of all persons on or about the construction site, in accordance with applicable laws and codes. Guard all hazards in accordance with the safety provisions of the latest manual of accident prevention published by the Associated General Contractors of America and OSHA. Contractor Safety Representative: Matters related to safety and any actions of the Contractor; shall meet all safety requirements of the Cemetery Safety Officer, Department of Veterans Affairs, OSHA, and the State. It is incumbent upon the Contractor to be familiar with these requirements. "Safety" shall also include the Contractor having a safety representative who maintains regular and routine contact with the Safety Officer at the National Cemetery. Contractor shall provide training of the contractor s and subcontractor s workers as necessary to meet these requirements. OSHA Safety Requirements: Contractor s Foreman shall be onsite during all work activities and shall have completed OSHA 30-hour training. All other employees and sub-contractors shall have as a minimum, 10-hour OSHA training. Prior to commencing work, General Contractor shall provide proof that an OSHA certified competent person (CP) (29 CFR 1926.20(b)(2)) will maintain a presence at the work site whenever the general or subcontractors are present. Contractor Submittals: Prior to any work, demolition, or installation, the Contractor shall submit for approval the manufacturer s literature and specifications for ALL Products, Materials, Warranties, Sketches, Shop Drawings, Calculations, Certifications, Third Party Testing and all other Submittal Requirements of the Contract Documents and the COR provided List of Project Submittals. Construction Coordination: Coordination of Construction with Cemetery Director/COR: The burial activities at the National Cemetery shall take precedence over all activities. The Contractor s work will be accomplished between the hours of 8:00 am and 4:30 pm, Monday thought Friday, except Federal Holiday s. Work outside of the of the Cemetery s normal operating hours shall be permitted with the approval of the COR. The Contractor must cooperate and coordinate with the Cemetery Director, through the COR, in arranging the schedule to cause the least possible interference with Cemetery activities in actual burial areas. The Contractor is required to discontinue his work sufficiently in advance of Easter Sunday, Mother's Day, Father's Day, Memorial Day, Veteran's Day and/or Federal holidays, to permit him to clean up all areas of operation adjacent to existing burial plots before these dates. Cleaning up shall include the removal of all equipment, tools, materials and debris and leaving the areas in a clean, neat condition daily. Contractor is responsible for disposing of debris off site. Workmanship: The Contractor shall guarantee that all work done under this contract will be free from faulty materials or workmanship and hereby agrees to repair or replace without additional cost to the VA and to his/her satisfaction all defects or imperfection appearing in said work within a period of one year after the date of final acceptance by the VA of all work done under this contract. Altered or Damaged Property: Repair and replace any existing structure to existing condition when altered or damaged by the construction or the result of the work. CONTRACT DURATION: Contractor shall complete all work listed on the Schedule of Services within 45 calendar days after receipt of Notice to Proceed, subject to all terms, conditions, provisions and schedules of the contract. Contract period shall be 180 calendar days from the Notice of Award to allow the NCA to amend the Schedule of Services for future emergency fence repair work. (End of Statement of Work) 52.212-2 -COMPARATIVE EVALUATION FAR 13.106-2 (b)(2) (a) The Government will award a 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. Comparative Evaluations is the act of comparing two or more offers in response to the RFQ. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which provides the government with is needed, as identified in the RFP. The comparison also performed to compare each offeror to one another to determine which provides the best benefit to the government. 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 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. 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 Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CS. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a Service Disabled Veteran Owned Small Business set-aside for services as defined herein.    The government intends to award a purchase order as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Contracting Specialist via email: Valentin Saucedo, valentin.saucedo@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 Phone number: 510-637-6288 NLT March 08, 2019 by 5:00pm (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. For Site Visits or any questions, concerns regarding this solicitation should be submitted in writing via e-mail to; valentin.saucedo@va.gov The following contract clauses apply to this acquisition: 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/ FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (OCT 2018) ALTERNATE II (OCT 2018) 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 14.42 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 (Oct 2018) 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: 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) End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-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/36C78619Q0193/listing.html)
 
Record
SN05227383-F 20190222/190220230035 (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.