SOLICITATION NOTICE
Z -- Ft. Sheridan Burial Operations. Tiered Evaluation SDVOSB/VOSB/Small Business
- Notice Date
- 4/30/2020 7:38:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812220
— Cemeteries and Crematories
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78620R0027
- Response Due
- 5/15/2020 12:00:00 AM
- Archive Date
- 06/14/2020
- Point of Contact
- David Boyd Contracting Officer
- E-Mail Address
-
david.boyd7@va.gov
(david.boyd7@va.gov)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620R0027 Post Date: 04/30/2020 Original Response Date: 05/15/2020 at 11:59 pm Applicable NAICS: 812220 Classification Code: Z1PZ Set Aside Type: Tiered Evaluation Service-Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB) Small Business Period of Performance: Date of Award 365 days plus (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: Fort Sheridan National Cemetery Vatner Road, Fort Sheridan, IL 60037 Attachments: A Wage Determination B Performance Work Statement C Past Performance Questionnaire 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 Proposal (RFP), solicitation number 36C78620R0027. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-05 Effective March 30, 2020. The applicable North American Industrial Classification System (NAICS) code for this procurement is 812220, with a business size standard of $22 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 Indefinite Delivery Indefinite Quantity (IDIQ) Contract. Scope: The contractor shall be responsible for providing all encompassing burial services at Fort Sheridan National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide burial services as Fort Sheridan National Cemetery in accordance with (IAW) 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 bid price and the total of the CLINs will be recomputed accordingly. Provide pricing for the base year date of award through September 30, 2020 and four (4) option periods. Tentative date of award: 7/1/2020 6/30/2021 Option Periods: 7/1/2021 6/30/2022 7/1/2022 6/30/2023 7/1/2023 6/30/2024 7/1/2024 6/30/2025 Department of Labor (DOL) Wage determination link: https://beta.sam.gov/search?index=wd Services to be Provided: See Attachment B Performance Work Statement Base: 7/1/2020 6/30/2021 CLIN Description: Grounds & Bldg. Maintenance Services Est. Qty Unit Unit Cost Total Cost 0001 Setting and Alignment, initial and subsequent 100 EA 0002 Sod removal, grave excavation, placement and lowering of casket, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 25.0 EA 0003 Sod removal, urn grave excavation, placement and lowering of urn, backfill grave, tamp grave, replacement of sod on urn sites. Complete Spoils removal 75.0 EA 0004 Sod removal, grave excavation, disinterment, placement if applicable and lowering of casket/vault, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 5.0 EA 0005 Sod removal, urn grave excavation, disinterment, reinterment of urn if applicable, backfill grave, tamp grave, replacement of sod on cremation site. Complete Spoils removal 5.0 EA 0006 Transportation of cremated remains or casket and floral arrangements from vehicle to commital shelter and then onto gravesite. Tagging floral arrangement with grave number and completion of ""chain of custody"" documents. 100.0 EA 0007 Support Services for Memorial Day, Veteran s Day, Wreaths Across America, and other weekend special events as needed. Manpower and equipment for high priority events and services at the cemetery. Includes flag placement. 3.0 EA 0008 Support Services for weekend or holiday burials as per NCA s Standardized Burial Schedule for Federal Holidays, as required. This includes Active Duty KIA interments scheduled on a weekend. 8.0 EA 0009 Flag lower and raise for interment purposes and national events 185 Events � Total Estimated Cost: Option Year One: 7/1/2021 6/30/2022 CLIN Description: Grounds & Bldg. Maintenance Services Est. Qty Unit Unit Cost Total Cost 1001 Setting and Alignment, initial and subsequent 100 EA 1002 Sod removal, grave excavation, placement and lowering of casket, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 25.0 EA 1003 Sod removal, urn grave excavation, placement and lowering of urn, backfill grave, tamp grave, replacement of sod on urn sites. Complete Spoils removal 75.0 EA 1004 Sod removal, grave excavation, disinterment, placement if applicable and lowering of casket/vault, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 5.0 EA 1005 Sod removal, urn grave excavation, disinterment, reinterment of urn if applicable, backfill grave, tamp grave, replacement of sod on cremation site. Complete Spoils removal 5.0 EA 1006 Transportation of cremated remains or casket and floral arrangements from vehicle to commital shelter and then onto gravesite. Tagging floral arrangement with grave number and completion of ""chain of custody"" documents. 100.0 EA 1007 Support Services for Memorial Day, Veteran s Day, Wreaths Across America, and other weekend special events as needed. Manpower and equipment for high priority events and services at the cemetery. Includes flag placement. 3.0 EA 1008 Support Services for weekend or holiday burials as per NCA s Standardized Burial Schedule for Federal Holidays, as required. This includes Active Duty KIA interments scheduled on a weekend. 8.0 EA 1009 Flag lower and raise for interment purposes and national events 185 Events Total Estimated Cost: Option Year Two: 7/1/2022 6/30/2023 CLIN Description: Grounds & Bldg. Maintenance Services Est. Qty Unit Unit Cost Total Cost 2001 Setting and Alignment, initial and subsequent 100 EA 2002 Sod removal, grave excavation, placement and lowering of casket, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 25.0 EA 2003 Sod removal, urn grave excavation, placement and lowering of urn, backfill grave, tamp grave, replacement of sod on urn sites. Complete Spoils removal 75.0 EA 2004 Sod removal, grave excavation, disinterment, placement if applicable and lowering of casket/vault, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 5.0 EA 2005 Sod removal, urn grave excavation, disinterment, reinterment of urn if applicable, backfill grave, tamp grave, replacement of sod on cremation site. Complete Spoils removal 5.0 EA 2006 Transportation of cremated remains or casket and floral arrangements from vehicle to commital shelter and then onto gravesite. Tagging floral arrangement with grave number and completion of ""chain of custody"" documents. 100.0 EA 2007 Support Services for Memorial Day, Veteran s Day, Wreaths Across America, and other weekend special events as needed. Manpower and equipment for high priority events and services at the cemetery. Includes flag placement. 3.0 EA 2008 Support Services for weekend or holiday burials as per NCA s Standardized Burial Schedule for Federal Holidays, as required. This includes Active Duty KIA interments scheduled on a weekend. 8.0 EA 2009 Flag lower and raise for interment purposes and national events 185 Events Total Estimated Cost: Option Year Three: 7/1/2023 6/30/2024 CLIN Description: Grounds & Bldg. Maintenance Services Est. Qty Unit Unit Cost Total Cost 3001 Setting and Alignment, initial and subsequent 100 EA 3002 Sod removal, grave excavation, placement and lowering of casket, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 25.0 EA 3003 Sod removal, urn grave excavation, placement and lowering of urn, backfill grave, tamp grave, replacement of sod on urn sites. Complete Spoils removal 75.0 EA 3004 Sod removal, grave excavation, disinterment, placement if applicable and lowering of casket/vault, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 5.0 EA 3005 Sod removal, urn grave excavation, disinterment, reinterment of urn if applicable, backfill grave, tamp grave, replacement of sod on cremation site. Complete Spoils removal 5.0 EA 3006 Transportation of cremated remains or casket and floral arrangements from vehicle to commital shelter and then onto gravesite. Tagging floral arrangement with grave number and completion of ""chain of custody"" documents. 100.0 EA 3007 Support Services for Memorial Day, Veteran s Day, Wreaths Across America, and other weekend special events as needed. Manpower and equipment for high priority events and services at the cemetery. Includes flag placement. 3.0 EA 3008 Support Services for weekend or holiday burials as per NCA s Standardized Burial Schedule for Federal Holidays, as required. This includes Active Duty KIA interments scheduled on a weekend. 8.0 EA 3009 Flag lower and raise for interment purposes and national events 185 Events Total Estimated Cost: Option Year Four: 7/1/2024 6/30/2025 CLIN Description: Grounds & Bldg. Maintenance Services Est. Qty Unit Unit Cost Total Cost 4001 Setting and Alignment, initial and subsequent 100 EA 4002 Sod removal, grave excavation, placement and lowering of casket, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 25.0 EA 4003 Sod removal, urn grave excavation, placement and lowering of urn, backfill grave, tamp grave, replacement of sod on urn sites. Complete Spoils removal 75.0 EA 4004 Sod removal, grave excavation, disinterment, placement if applicable and lowering of casket/vault, backfill grave, tamp grave, replacement of sod on casketed sites. Complete Spoils removal 5.0 EA 4005 Sod removal, urn grave excavation, disinterment, reinterment of urn if applicable, backfill grave, tamp grave, replacement of sod on cremation site. Complete Spoils removal 5.0 EA 4006 Transportation of cremated remains or casket and floral arrangements from vehicle to commital shelter and then onto gravesite. Tagging floral arrangement with grave number and completion of ""chain of custody"" documents. 100.0 EA 4007 Support Services for Memorial Day, Veteran s Day, Wreaths Across America, and other weekend special events as needed. Manpower and equipment for high priority events and services at the cemetery. Includes flag placement. 3.0 EA 4008 Support Services for weekend or holiday burials as per NCA s Standardized Burial Schedule for Federal Holidays, as required. This includes Active Duty KIA interments scheduled on a weekend. 8.0 EA 4009 Flag lower and raise for interment purposes and national events 185 Events Total Estimated Cost: Base year total estimated cost: $ Option year One total estimated cost: $ Option year Two total estimated cost: $ Option year Three total estimated cost: $ Option year Four total estimated cost: $ Grand Total: $ SITE VISIT: In keeping with the recommended pre-cautions announced by the Center for Disease Control (CDC) in response to the COVID-19 Pandemic. There will be no Cemetery employee led group site visit conducted. Instead of one guided group visit, multiple opportunities for individual self-guided site visits will be offered. Offerors shall familiarize themselves with National Cemetery Administration rules and regulations governing behavior and conduct of visitors while on Cemetery property. Offerors should take notice that Cemetery grounds are Federal Government property and fall under the jurisdiction of Federal Courts and Punitive measures. Responses to this Request for Proposal (RFP) are due to the Contracting Officer no later than 11:59 pm on 05/15/2020. Responses to this announcement will result in a Firm-Fixed Price IDIQ 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://beta.sam.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 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: david.boyd7@va.gov Electronic submissions shall be in either Microsoft Word or Adobe pdf platforms. Compressed files and/or Zip files will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: david.boyd7@va.gov . Telephone inquiries will not be accepted. Questions pertaining to this solicitation will be answered through an amendment to the solicitation. Evaluation Process: The Government intends to award a firm fixed price, IDIQ 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 RFP. 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, 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. Quotes 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 Key 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, horsepower 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 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 offeror s 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: david.boyd7@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on current and 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 to the contracting officer. The 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 (MAR 2020) FAR 52.237-1 Site Visit (Apr 1984) 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 52.204-13 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 | $25,000.00| 30 days) FAR 52.216-22 Indefinite Quantity (Oct 1995) (June 30, 2025) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (5 days | 30 days | 5 years & 6 months) 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) (September 30, 2020 | September 30, 2020) 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 Indemnification and Medical Liability Insurance (Oct 2019) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (March 2020) 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 11210 Laborer, Grounds Maintenance 14.64 + Fringe CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a Contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences (c) Automobile Liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. End of Addenda
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d55fc4be883343c5bc5b00a6f242a1f8/view)
- Place of Performance
- Address: Fort Sheridan National Cemetery;Vatner Road;Fort Sheridan, Illinois 60037, USA
- Zip Code: 60037
- Country: USA
- Zip Code: 60037
- Record
- SN05641215-F 20200502/200430230143 (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 |