Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOLICITATION NOTICE

S -- TREE TRIMMING AND TREE REMOVAL SERVICES FOR THE HOUSTON NATIONAL CEMETERY

Notice Date
5/1/2020 1:43:31 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
36C78620Q0220
 
Response Due
5/18/2020 12:00:00 AM
 
Archive Date
07/02/2020
 
Point of Contact
KENNETH DOUGHERTY
 
E-Mail Address
KENNETH.DOUGHERTY@VA.GOV
(KENNETH.DOUGHERTY@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: 36C78620Q0220 Post Date: 5/1/2020 Group Site Visit: 5/12/2020 at 10:00 am local Original Response Date: 5/18/2020 at 4:00 pm EST Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: 100% Service-Disabled Veteran Owned Small Business Period of Performance: Date of Award through 30 days Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: HOUSTON NATIONAL CEMETERY 10410 Veterans Memorial Drive Houston, TX 77038 Attachments: A List of Trees Requiring Service B Performance Work Statement C Wage Determination 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; proposals 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 4:00 pm EST on 05/18/2020. The Government anticipates that responses to this announcement will result in a Firm Fixed Price Contract with FOB Destination and the Government intends to make award under this announcement without discussion. 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 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-05 Effective March 30, 2020. This is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 819.7005 VA Service-Disabled Veteran-Owned Small Business Set-Aside Procedures. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $8 million. Scope: The contractor shall be responsible for providing tree trimming and removal services for the Houston National Cemetery. PRICE SCHEDULE Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete tree trimming and removal services for Houston National Cemetery 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 quoted price and the sum of the CLINs will be recomputed accordingly. Offerors are to understand the quantities stated in the schedule are estimates for pricing purposes only. Period of Performance: Date of award through 30 calendar days. SCHEDULE OF SUPPLIES AND SERVICES CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Large Trees (Over 40 in height) Pruning, Trimming, Cleanup, and Disposal of Waste & Debris 30 EA. $_________ $___________ 0002 Medium Trees (40 and under in height) Pruning, Trimming, Cleanup, and Disposal of Waste & Debris 28 EA $_________ $___________ 0003 Large Trees (Over 40 in height) Tree Removal, Stump Removal, Cleanup, and Disposal of Waste & Debris 17 EA $_________ $___________ Total Estimated Price $______________ SERVICES TO BE PROVIDED See Attachment A Tree Work Sheet See Attachment B Performance Work Statement Period of Performance: 30 days from receipt of award SITE VISIT Offerors 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 Houston National Cemetery, aside from the scheduled group site visit, YOU MUST CONTACT one of the following personnel to make arrangements: Houston National Cemetery, POC: Scott Weber Phone: 281-447-8686 A group site visit is scheduled for May 12, 2020 at 10:00 am local at Houston National Cemetery for vendors who would like to perform a walkthrough with the prospective COR, Scott Weber. 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. PROPOSAL 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 -Pricing shall be submitted as requested in the Schedule of Supplies/Services (Pages 2 - 3 of this solicitation) -Technical Package for Evaluation Capability Statement or Capability Summary Experience of Prime and Subcontractor(s) Relevant to Solicitation Requirements Proposals shall be submitted via email to the following addresses: Email: Kenneth.Dougherty@va.gov EVALUATION PROCESS 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, based on price alone. The Contracting Officer will evaluate proposals in accordance with the diagram provided on page 5 of this document. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the applicable standards for non-price factors. For evaluation purposes the lowest price will be determined by calculating the total price of Contract Line Item Numbers (CLINs) in order to determine a total amount. The following factors shall be used to evaluate offers on a lowest price basis in accordance with FAR 13.106-2(b): Price: The Government may use various price analysis techniques and procedures to ensure a fair, reasonable, realistic price, and balanced pricing. An offer may be rejected if the contracting officer determines that the lack of balance poses an unacceptable risk to the Government. Examples of such techniques include, but are not limited to the following: (i) Comparison of proposed prices received in response to the solicitation. (ii) Comparison of proposed prices to historical prices paid, whether by the Government or other than the Government, for the same or similar items. (iii) Use of parametric estimating methods/application of rough yardsticks (such as dollars per pound or per horsepower, or other units) to highlight significant inconsistencies that warrant additional pricing inquiry. (iv) Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements. (v) Comparison of proposed prices with independent Government cost estimates. (vi) Comparison of proposed prices with prices obtained through market research for the same or similar items. (vii) Analysis of data other than certified cost or pricing data provided by the offeror (viii) Price realism evaluates specific elements of each offeror s proposed price estimate to determine whether the estimated proposed prices are realistic for the work to be performed; reflect a clear understanding of the requirements; and are consistent with the unique methods of performance and materials described in the offeror s technical proposal. 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 these addresses: https://www.acquisition.gov/browse/index/far The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Mar 2020) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Oct 2018) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (Jul 2013) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018) VAAR 852.233-71 Alternate Protest Procedure (Oct 2018) VAAR 852.273-70 Late Offers (Jan 2003) VAAR 852.273-74 Award without Exchanges (Jan 2003) 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 (Mar 2020) If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.252-1 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 these addresses: https://www.acquisition.gov/browse/index/far https://www.va.gov/oal/library/vaar/ The following solicitation clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) 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 52.228-5 Insurance Work on a Government Installation (Jan 1997) 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 (Jul 2019) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) (DEVIATION) VAAR 852.223-71 Safety and Health (Sep 2019) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) VAAR 852.237-75 Key Personnel (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 (Mar 2020) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(22)(i), (b)(27), (b)(29), (b)(30)(i), (b)(32)(i), (b)(35)(i), (b)(44), (b)(51), (b)(58), (c)(2), (c)(3), (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 $15.64 + $4.54 Tree Climber, GS 5-1 $14.43 Pruner, WG 2-1 $13.92 + $4.54 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 End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1d41ef3e2d604876a448f6a3c59f1563/view)
 
Place of Performance
Address: HOUSTON NATIONAL CEMETERY;10410 VETERANS MEMORIAL DRIVE;HOUSTON, TX 77038, USA
Zip Code: 77038
Country: USA
 
Record
SN05642777-F 20200503/200501230141 (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.