DOCUMENT
S -- 9259-000023 | Waste, Trash, Recycle, Removal Services & Dumpster Services | National Cemetery of Alleghenies - Attachment
- Notice Date
- 9/18/2019
- Notice Type
- Attachment
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- DEPARTMNET OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;18434 Joplin Road;Triangle VA 22172
- ZIP Code
- 22172
- Solicitation Number
- 36C78619Q0503
- Response Due
- 9/23/2019
- Archive Date
- 10/23/2019
- Point of Contact
- Eric D. Washington, Sr.
- E-Mail Address
-
ashington@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 Tiered Evaluation Solicitation Number: 36C78620Q0503 Post Date: 09/18/2019 Original Response Date: 09/23/2019 at 13:00 EST Applicable NAICS: 562998 Classification Code: S205 Set Aside Type: TIERED EVALUATION - SDVOSB/VOSB/SB Period of Performance: Date of Award 365 days (4) One-year Options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performance: National Cemetery of Alleghenies 1158 Morgan Road Bridgeville, PA 15017 Attachments: A Wage Determination No. 2015-4236, Revision 12, Dated 07-16-2019 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 Request for Quotation (RFQ), solicitation number 36C78619Q0503. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-04 Effective August 7, 2019. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set aside for other small business 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 applicable North American Industrial Classification System (NAICS) code for this procurement is 562998, 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 The Contractor shall furnish (F.O.B. Destination within consignee s premises) all personnel, equipment, supplies, materials, vehicles and other items / services necessary and incident to the provision NON-HAZARDOUS WASTE (TRASH) & RECYCLE COLLECTION & REMOVAL SERVICES at National Cemetery of Alleghenies, 1158 Morgan Road, Bridgeville, PA 15017. Services shall be provided on a weekly basis only. PRICE SCHEDULE: The Contractor shall furnish (F.O.B. Destination within consignee s premises) all personnel, equipment, supplies, materials, vehicles and other items / services necessary and incident to the provision NON-HAZARDOUS WASTE (TRASH) & RECYCLE COLLECTION & REMOVAL SERVICES at the National Cemetery of the Alleghenies, 1158 Morgan Road, Bridgeville, PA 15017. Services shall be provided on a weekly basis. SITE VISIT: Offerors or quoters 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 National Cemetery of the Alleghenies, YOU MUST CONTACT one of the following personnel to make arrangements: Mr. Ronald M. Hestdalen, Cemetery Director: 724-746-4363 Mr. William B. Webb, Cemetery Caretaker Foreman / COR: 724-746-4363 FAX NO.: 724-746-4360 Duration: The term of the contract is from date of award thru September 30, 2020 with four (4) one-year renewal options. Type of Contract: This is a firm-fixed price type contract for the supplies / services specified and effective for the period stated in the Schedule. The unit price is all-inclusive and covers complete trash/recycle removal per line item to include any administrative, fuel and environmental recovery fees. Quantities of services specified in the Price Schedule are estimates only and are not purchased by this contract. Rates: If the landfill used by the Contractor for disposal of waste / trash picked-up under this contract adjusts its tonnage fee for disposal, that fact shall not constitute the basis for an equitable price adjustment. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. Base Year: From Date of Award thru September 30, 2019 CLIN DESCRIPTION EST QTY UNIT UNIT COST TOTAL EST COST 0001 Rental of one (1) 8 Cubic Yard Front Loading Container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and weekly scheduled non-hazardous trash removal. 12 JB $ _________ $ ___________ 0002 Rental of one (1) 4 Cubic Yard Front loading container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and scheduled weekly recyclable material removal. 12 JB $________ $__________ 0003 Rental of two (2) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $_________ $___________ 0004 Rental of three (3) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $___________ GRAND TOTAL ESTIMATED COST: $___________ Option Year I: October 1, 2019 thru September 30, 2020 CLIN DESCRIPTION EST QTY UNIT UNIT COST TOTAL EST COST 1001 Rental of one (1) 8 Cubic Yard Front Loading Container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and weekly scheduled non-hazardous trash removal 12 JB $ _________ $ ___________ 1002 Rental of one (1) 4 Cubic Yard Front loading container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and scheduled weekly recyclable material removal. 12 JB $_________ $__________ 1003 Rental of two (2) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $___________ 1004 Rental of three (3) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $_________ $___________ GRAND TOTAL ESTIMATED COST: $___________ Option Year II: October 1, 2020 thru September 30, 2021 CLIN DESCRIPTION EST QTY UNIT UNIT COST TOTAL EST COST 2001 Rental of one (1) 8 Cubic Yard Front Loading Container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and weekly scheduled non-hazardous trash removal 12 JB $ _________ $ ___________ 2002 Rental of one (1) 4 Cubic Yard Front loading container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and scheduled weekly recyclable material removal. 12 JB $__________ $___________ 2003 Rental of two (2) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $___________ 2004 Rental of three (3) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $___________ GRAND TOTAL ESTIMATED COST: $___________ Option Year III: October 1, 2021 thru September 30, 2022 CLIN DESCRIPTION EST QTY UNIT UNIT COST TOTAL EST COST 3001 Rental of one (1) 8 Cubic Yard Front Loading Container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and weekly scheduled non-hazardous trash removal 12 JB $ _________ $ ___________ 3002 Rental of one (1) 4 Cubic Yard Front loading container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and scheduled weekly recyclable material removal. 12 JB $__________ $__________ 3003 Rental of two (2) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $__________ 3004 Rental of three (3) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $___________ GRAND TOTAL ESTIMATED COST: $___________ Option Year IV: October 1, 2022 thru September 30, 2023 CLIN DESCRIPTION EST QTY UNIT UNIT COST TOTAL EST COST 4001 Rental of one (1) 8 Cubic Yard Front Loading Container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and weekly scheduled non-hazardous trash removal 12 JB $ _________ $ ___________ 4002 Rental of one (1) 4 Cubic Yard Front loading container w/lid (new / like new condition). To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental and scheduled weekly recyclable material removal. 12 JB $_________ $__________ 4003 Rental of two (2) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $__________ 4004 Rental of three (3) 30 Cubic Yard Open Roll Off Container. To be placed within the maintenance yard at the National Cemetery of the Alleghenies. Unit cost to include container rental, delivery and removal. 1 JB $__________ $__________ GRAND TOTAL ESTIMATED COST: $___________ (End of Price Schedule) Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 1300 EST on 09/23/2019. 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 (3) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. Quote Format and Submission Information: Quotes must be submitted on company letterhead. Commercial format is encouraged. All quotes shall include the following information as part of their submission: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Signed SF1449 -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) Quotes shall be submitted via email or via mail to the following addresses: Email: eric.washington@va.gov Mail: 18434 Joplin Road Triangle, Virginia 22172 For quotes mailed, quotes 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: eric.washington@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 contractor whose quote conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Quotes 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 quote 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 quote that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the quotations having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate quotes: 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 in terms of reasonableness and realism using any or all of the methods listed below. Comparison of proposed prices received in response to the solicitation. Comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for like items. Use of parametric estimating methods/application of rough yardsticks to highlight significant inconsistencies that warrant additional pricing inquiry. Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements. Comparison of proposed prices with independent Government cost estimates. Comparison of proposed prices with prices obtained through market research for the same or similar items. Analysis of pricing information provided by the offeror. Because below-cost prices are not inherently improper, when vendors are competing for award of a fixed-price contract, vendors are given notice that a business decision to submit a low-priced quotation may be considered as reflecting on their understanding of the contract requirements or the risk associated with their approach. Contractors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Quote(s) that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. Technical Acceptability Qualification of all Personnel (training, experience, certifications) Sufficient Personnel/Equipment- list of all equipment to be utilized in this contract as well as staffing and the tasks they will perform, number of total persons to be on the ground working Equipment List shall have the models, horse power and ages of the motorized equipment List of proposed supplies List of Subcontractors business names (if being used) and the tasks and/or CLINS they will perform Write up detailing the technical methods and management of completing a cycle Number of hours you believe each CLIN requires per cycle Number of employees you expect a cycle requires What is the plan to cover/correct employee absences, vacations and low staffing levels? Please provide a Gantt chart containing the employees, equipment and hours for all tasks in the CLINs Information will be evaluated on it demonstrating an understanding of the work requirements (Adequate Performance Plan) 3. Past Performance 4. SDVOSB Status verification in CVE (if applicable) Quote Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED) a quote may be considered non-responsive if a redacted copy or any of the required submissions of the technical quote is not received and therefore may be removed from further consideration for award. The following shall be included as part of the quoters submission (See Technical Acceptability Above): 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: eric.washington@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 (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) (date of award through September 30, 2020) 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, 2020) 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 (May 2019) 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 Laborer, Grounds Maintenance WG 3-1 $14.84 + $4.50 Laborer, Grounds Maintenance WG 3-3 $16.08+ $4.50 Laborer, Grounds Maintenance WG 3-5 $17.32 + $4.50 End of Addenda End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0503/listing.html)
- Document(s)
- Attachment
- File Name: 36C78619Q0503 36C78619Q0503.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161498&FileName=36C78619Q0503-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161498&FileName=36C78619Q0503-000.docx
- File Name: 36C78619Q0503 SOW - 36C78619Q0503 - WASTE - TRASH _ RECYSLE SERVICES - NATL CEM OF ALLEGHENIES.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161499&FileName=36C78619Q0503-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161499&FileName=36C78619Q0503-001.pdf
- File Name: 36C78619Q0503 36C78619Q0503 - Past performance Questionnaire - List of References.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161500&FileName=36C78619Q0503-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161500&FileName=36C78619Q0503-002.pdf
- File Name: 36C78619Q0503 Wage Rate 2015-4236 - Rvs 12 - Date 07-16-19 - 36C78619Q0503 Waste Services NC of The Alleghenies.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161501&FileName=36C78619Q0503-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161501&FileName=36C78619Q0503-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78619Q0503 36C78619Q0503.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5161498&FileName=36C78619Q0503-000.docx)
- Place of Performance
- Address: NATIONAL CEMETERY OF ALLEGHENIES;1158 Morgan Road;Bridgeville, PA
- Zip Code: 15017
- Zip Code: 15017
- Record
- SN05449034-W 20190920/190918230846-1d8ea25b80d2aa0d5bd9f9d2f9082c65 (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 |