Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOLICITATION NOTICE

S -- FY 20 New - Midwest District - Wood Natl Cemetery - Grounds Maintenance

Notice Date
3/17/2020 5:45:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78620Q0090
 
Response Due
4/3/2020 12:00:00 AM
 
Archive Date
05/03/2020
 
Point of Contact
John M. Carlock 317-916-3863 john.carlock@va.gov
 
E-Mail Address
JOHN.CARLOCK@VA.GOV
(JOHN.CARLOCK@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0090 Post Date: 03/17/2020 Original Response Date: 04/03/2020 at 11:59 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: Date of Award through 365 calendar days with (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: Wood National Cemetery 5000 West National Avenue, Bldg. 1301 Milwaukee, WI 53295 Attachments: A Performance Work Statement B Wage Determination No. 2015-4899, Revision 10 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 a Request for Quotation (RFQ), solicitation number 36C78620Q0090. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-04 Effective January 15, 2020. This is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, 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 mowing & trimming and grounds maintenance services at Wood National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete mowing & trimming and grounds maintenance services for Wood National CemeteryC following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, 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. 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 price and the total of the CLINs will be recomputed accordingly. BASE PERIOD: Date of Award thru 365 calendar days Line ������Description� ��������������� Est. Qty�� Unit������ ���Unit Price������������� Total Price�� 0001 Turfgrass mowing - 50.1 acres @ 36 times per year 36 EA 0002 Trim headstones, markers and turfgrass in conjunction with every mowing. 50.1 acres trimmed 36 times per year 36 EA 0003 Edging walks, curbs. (36 of times per year) n conjunction with every mowing. 36 EA 0004 Turfgrass - pre-emergence herbicide application. (50.1 acres; Mid to late April) 1 JB 0005 Turfgrass - post-emergence herbicide spray. (50.1 acres; Apr & Sept) 3 JB 0006 Turfgrass fertilization. (50.1 acres; Oct., June, & Sep.) 3 JB 0007 Turfgrass aerification (1 X year) Oct 1 JB 0008 Turfgrass overseeding. (50.1acres) April 1 JB 0009 Headstone Cleaning twice year prior to Memorial Day and Veteran's Day 49,424 EA 0010 Headstone Raise and Realignment 2,000 EA TOTAL CONTRACT PRICE FOR BASE PERIOD: Option Year 1 Line ������Description� ��������������� Est. Qty�� Unit������ ���Unit Price������������� Total Price�� 1001 Turfgrass mowing - 50.1 acres @ 36 times per year 36 EA 1002 Trim headstones, markers and turfgrass in conjunction with every mowing. 50.1 acres trimmed 36 times per year 36 EA 1003 Edging walks, curbs. (36 of times per year) n conjunction with every mowing. 36 EA 1004 Turfgrass - pre-emergence herbicide application. (50.1 acres; Mid to late April) 1 JB 1005 Turfgrass - post-emergence herbicide spray. (50.1 acres; Apr & Sept) 3 JB 1006 Turfgrass fertilization. (50.1 acres; Oct., June, & Sep.) 3 JB 1007 Turfgrass aerification (1 X year) Oct 1 JB 1008 Turfgrass overseeding. (50.1acres) April 1 JB 1009 Headstone Cleaning twice year prior to Memorial Day and Veteran's Day 49,424 EA 1010 Headstone Raise and Realignment 2,000 EA TOTAL CONTRACT PRICE FOR OPTION PERIOD 1: Option Year 2 Line ������Description� ��������������� Est. Qty�� Unit������ ���Unit Price������������� Total Price�� 2001 Turfgrass mowing - 50.1 acres @ 36 times per year 36 EA 2002 Trim headstones, markers and turfgrass in conjunction with every mowing. 50.1 acres trimmed 36 times per year 36 EA 2003 Edging walks, curbs. (36 of times per year) n conjunction with every mowing. 36 EA 2004 Turfgrass - pre-emergence herbicide application. (50.1 acres; Mid to late April) 1 JB 2005 Turfgrass - post-emergence herbicide spray. (50.1 acres; Apr & Sept) 3 JB 2006 Turfgrass fertilization. (50.1 acres; Oct., June, & Sep.) 3 JB 2007 Turfgrass aerification (1 X year) Oct 1 JB 2008 Turfgrass overseeding. (50.1acres) April 1 JB 2009 Headstone Cleaning twice year prior to Memorial Day and Veteran's Day 49,424 EA 2010 Headstone Raise and Realignment 2,000 EA TOTAL CONTRACT PRICE FOR OPTION PERIOD 2: Option Year 3 Line ������Description� ��������������� Est. Qty�� Unit������ ���Unit Price�������������Total Price�� 3001 Turfgrass mowing - 50.1 acres @ 36 times per year 2 EA 3002 Leaf Removal 105 EA 3003 Broadleaf Herbicide Application Twice per year (estimated up to, exact quantity determined by COR) 140 ACRES 3004 Pre-Emergence Herbicide Application Twice per year (estimated up to, exact quantity determined by COR) 140 ACRES 3005 Granular Fertilizer Application three times per year (estimated up to, exact quantity determined by COR) 140 ACRES 3006 Mulching (tree rings/planting beds) 3 EA 3007 Weeding (planting beds/tree rings) 14 JB 3008 Over-seeding & aeration (estimated up to, exact quantity determined by COR) 140 ACRES 3009 Soil Sample 1 EA 3010 Insecticide Application (once per year) 40 ACRES TOTAL CONTRACT PRICE FOR OPTION PERIOD 3: Option Year 4 Line ������Description� ��������������� Est. Qty�� Unit������ ��� Unit Price�������������Total Price�� 4001 Turfgrass mowing - 50.1 acres @ 36 times per year 36 EA 4002 Trim headstones, markers and turfgrass in conjunction with every mowing. 50.1 acres trimmed 36 times per year 36 EA 4003 Edging walks, curbs. (36 of times per year) n conjunction with every mowing. 36 EA 4004 Turfgrass - pre-emergence herbicide application. (50.1 acres; Mid to late April) 1 JB 4005 Turfgrass - post-emergence herbicide spray. (50.1 acres; Apr & Sept) 3 JB 4006 Turfgrass fertilization. (50.1 acres; Oct., June, & Sep.) 3 JB 4007 Turfgrass aerification (1 X year) Oct 1 JB 4008 Turfgrass overseeding. (50.1acres) April 1 JB 4009 Headstone Cleaning twice year prior to Memorial Day and Veteran's Day 49,424 EA 4010 Headstone Raise and Realignment 2,000 EA TOTAL CONTRACT PRICE FOR OPTION PERIOD 4: GRAND TOTAL: $_____________________ SITE VISIT: 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 one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Wood National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Don Owens, Asst Director, 414-382-5300 Aaron Dishaw, Foreman, 414-382-5300 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 11:59 pm on 04/03/2020. 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. Quoters 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. Quote Format and Submission Information: Quotes must be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.beta.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Signed SF-1449 -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: john.carlock@va.gov Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 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: john.carlock@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 offeror whose offer 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 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 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 to be eligible for award in terms of reasonableness and realism. 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. Quoters are cautioned against submitting an offer 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. Offers 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 (if applicable) List of proposed supplies List of Subcontractors business names (if being used) and the percentage of tasks and/or CLINS they will perform (Prime MUST account for 51% total labor hours) Write up detailing the technical methods and management Number of hours you estimate each CLIN requires per cycle Number of employees you expect per CLIN cycle requires What is the plan to cover/correct employee absences, vacations and low staffing levels? 3.Past Performance Past Performance will be evaluated for Quality of Service, Schedule, Business relations with Customers, Management of Key Personnel, Safety, Problem Resolution, Invoice Accuracy, and Overall Performance of the company in this area. Utilizing the Past Performance Questionnaire in Section D, Quoters shall provide three (3) references within the last three (3) years that are similar in size and scope and that are deemed relevant to the requirement of this solicitation. The Government will use information submitted by the offeror and other additional sources such Federal Agencies as well as commercial sources in order to access past performances. In addition, the Government will also validate past performance information by utilizing the Federal Government s Contractor Performance Assessment Reporting System (CPARS). Proposal 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 of the technical quote is not received and/or if the technical proposal does not contain all items required 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: john.carlock@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 Quoters Commercial Items (Oct 2018) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) FAR 52.216-1 Type of Contract (APR 1984) FFP Requirements FAR 52.233-2 Service of Protest (SEPT 2006) Email: john.carlock@va.gov or Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) [over SAT] 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 Quoters must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Quoters Representations and Certifications Commercial Items. (Dec 2019) 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 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.203--17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.216-18 Ordering (Oct 1995) (date of award through 365 calendar days) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $150,000.00| 30 days) FAR 52.216-21 Requirements (Oct 1995) (May 31, 2025) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend Term of the Contract (Mar 2000) (30 days) FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 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 (May 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2019) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) 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)(7), (b)(8), (b)(9), (b)(14i), (b)(16), (b)(18), (b19), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b(31), (b)(32), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(1), (c)(2),(c)(4), (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 See attached document: 36C78620Q0090 FY20 PWS Grounds Maintenance See attached document: 36C78620Q0090 Wage Determination 2015-4899 Rev 10. See attached document: 36C78620Q0090 Past Performance Questionnaire _ List of references.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4eb47467f75d4d3096a6e0c2440f4c17/view)
 
Place of Performance
Address: WOOD NATIONAL CEMETERY;5000 WEST NATIONAL AVENUE, BLDG 1301;MILWAUKEE, WI 53295, USA
Zip Code: 53295
Country: USA
 
Record
SN05591339-F 20200319/200317230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.