Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOLICITATION NOTICE

S -- Georgia National Cemetery Topsoil (Sifted)

Notice Date
7/8/2020 9:13:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78620Q0302
 
Response Due
7/29/2020 12:00:00 PM
 
Archive Date
08/13/2020
 
Point of Contact
tracy.williams6@va.gov
 
E-Mail Address
tracy.williams6@va.gov
(tracy.williams6@va.gov)
 
Description
GENERAL INFORMATION: Document Type:���������������������� Combined Synopsis Solicitation Solicitation Number:���������������� 36C78620Q0302 Post Date:�������������������������������� July 8, 2020 Original Response Date:���������� July 29, 2020, 3:00PM, EST Requested Supplies/Services ��� Topsoil (Sifted) Delivery Applicable NAICS:����������������� 561730- Landscaping Services, $7.5 million Classification Code:����������������� S208, Housekeeping Landscaping/ Groundskeeping Set Aside Type:����������������������� Tiered Evaluations (1) Service-Disabled Veteran Owned Small Business (SDVOSB), (2) Veteran Owned Small Business (VOSB), (3) Small Business, (4) Large Business Period of Performance:������������ Date of Award to September 30, 2020, plus four (4) Option Years, if�� exercised������������� Issuing Contracting Office:������ Department of Veterans Affairs ����������������������������������������������� National Cemetery Administration, Contract Services ����������������������������������������������� 18434 Joplin Road ����������������������������������������������� Triangle, VA 22172 Place of Performance:�������������� Georgia National Cemetery ����������������������������������������������� 2025 Mount Carmel Church Lane ����������������������������������������������� Canton, GA 30114 Attachments:��������������������������� A- Statement of Work ����������������������������������������������� B- Pricing/Cost Schedule CLINs ����������������������������������������������� C- Past Performance ����������������������������������������������� D- List of References ����������������������������������������������� E- Wage Determination ����������������������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0302. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) � 2005-101 (Sep 2018). NOTICE TO PROSPECTIVE CONTRACTOR(S): SOLICITATION NOTICE OF TIERED EVALUATIONS: This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. � TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) Small Business Concerns with HUBZone Small Business Concerns and 8(a) participants having priority; and (4) Large Business Concerns. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Prospective awardees MUST be registered with the System for Award Management (SAM) at �https://beta.sam.gov/ �PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at https://beta.sam.gov/ prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: The (NAICS) code for this procurement is 561730. The business size standard in dollar 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 an Indefinite Delivery/Indefinite Quantity Requirements Contract.� The Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. Scope:� The contractor shall be responsible for delivery of topsoil (sifted) services at the Georgia National Cemetery.� NON-PERSONAL SERVICES CONTRACT The services provided in the contract will involve non-personal services.� The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.�� The U.S. Department of Veteran Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirement Contract for Topsoil (Sifted) delivery at Georgia National Cemetery. PRICE SCHEDULE:� Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide Topsoil (Sifted) delivery Services for the Georgia National Cemetery. Units and services to be in accordance with Statement of Work (SOW), terms and conditions contained in this solicitation. This is an Indefinite Delivery/Indefinite Quantity contract. Contractor�s attention is instructed to FAR Clauses 52.216-18 �Ordering� and 52.216-19 �Order Limitations�, which are part of this contract. Indefinite delivery, indefinite quantity (IDIQ) contracts provide for an indefinite quantity of services for a fixed time. They are used when NCA cannot determine, above a specified minimum, the precise quantities of supplies or services that the Government will require during the contract period. IDIQs help streamline the contract process and speed service delivery.� The Government places delivery orders Task Orders (for services) against a basic contract for individual requirements. Minimum and maximum quantity limits are specified in the basic contract as number of units and/or as dollar values the Cemetery anticipates annually.� If quantities are required beyond these maximum estimates, additional Task Orders will be issued by the Contracting Officer prior to services being performed.� � Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only.� The schedule price provided 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. The guaranteed minimum award for this contract is $1,000.00. The maximum aggregate value of orders that can be placed under this contract is $XXXX.XX.� The Government does not guarantee that it will place any orders under this contract more than the guaranteed minimum award amount.� Period of Performance: Date of Award through 30 September 2020. (Base year) CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ � � � � SEE ATTACHMENT B � � Total $___________ Total Estimated Price Base and all Option periods $______________ RESPONSE TO REQUEST FOR QUOTATION (RFQ):� Quotes are due to the Contracting officer no later than Wednesday, July 29 ,2020 at 3:00PM, EST. Responses to this announcement will result in a Firm-Fixed Priced Requirement Contract.� 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/ SOLICITATION QUESTIONS: Questions:� All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than July 15, 2020 by 3:00 p.m., (Eastern).� All questions should be consolidated and sent via email to tracy.williams6@va.gov ��Telephone inquiries will not be accepted. To maintain procurement integrity compliance, please do not contact the Georgia National Cemetery or Southeast District personnel directly with any questions pertaining to this Solicitation.�� All questions must be forwarded to the Contracting Officer by the designated Q&A deadline date. SCOPE:� The contractor shall be responsible for supplying and delivery of Topsoil (sifted) as designated for base year, plus four (4) option years, if exercised at the Georgia National Cemetery. See Attachment A � Statement of Work INSTRUCTIONS TO QUOTERS:� Prospective awardees MUST have a current and active registration with the System for Award Management (SAM) at https://beta.sam.gov/ .PRIOR TO AWARD and through final payment, and must complete annual Online Representations and Certifications Application (ORCA) at https://beta.sam.gov/ prior to award and through final payment. CONTRACT WILL NOT BE AWARDED TO COMPANIES THAT DO NOT HAVE A CURRENT/ACTIVE SAM ACCOUNT REGISTRATION. SDVOSB and VOSB socio-economic eligible category concerns SHALL have an active/current registration with the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) AT TIME OF AWARD if selected. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 3:00 pm (Eastern) on July 29, 2020.� Responses to this announcement will result in a Firm Fixed Priced 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://beta.sam.gov/ QUOTATION PREPARATION INSTRUCTIONS:� Quotation Format and Submission Information: Quotations must be submitted on company letterhead.� Commercial format is encouraged.� All Quotation documents must be submitted in four (4) SEPARATE volumes and in Adobe Acrobat (.pdf) format � No MS Word documents please.� Quotations and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following email address:� tracy.williams6@va.gov ��by the above deadline.� The Quoter, not the Contracting Officer, will be responsible for ensuring that a complete proposal and all Volumes have been received the Contracting Officer by the designated deadline date.�� Quotation packages that do not contain all the above materials will be rejected as non-responsive. All Quoters shall include the following information as part of their Quotation in the following four (4) Volumes. Company Information (VOLUME A) Legal Business/Company Name (as listed in https://beta.sam.gov/ ) Company Address DUNS Number Point of Contact Name Telephone number Email Address Capabilities Statement Proof of current System for Award Management (SAM) account For SDVOSB and VOSB concerns, current Vendor Information Pages (VIP) certification (CVE letter is also acceptable)� One (1) of Price Quote/Quote for all items in the schedule � this should be a separate document (.pdf format) One (1) signed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 �Hazardous Material Identification and Material Safety Data� One (1) copy of Completed FAR Provision 52.212-3 �Certifications and Representations� or indicate whether contractor has completed the annual representations and certifications electronically at https://beta.sam.gov/ �(copy of current SAM status) One (1) copy of Technical Proposal (see FAR Provision 52.212-2 �Evaluation � Commercial Items) (VOLUME B) Past Performance Questionnaire (Attachment D) AND at least three (3) Past Performance References � for related Topsoil delivery (VOLUME C) Pricing shall be submitted as requested in the Price/Cost Schedule of Supplies/Services format (VOLUME D) **NOTE:� Attachment C is provided in MS Word format for ease of Quoter completion.�� Finalized proposed quote costs provided in Volume D must be in .pdf format.� � Evaluation Process:� The Government intends to award a Firm Fixed Priced contract resulting from this solicitation to the responsible Quoter whose Quotation conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Quotations 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.� Quotations will be evaluated by performing a direct comparison of one Quotation with another in a uniform manner to determine which Quotation provides the government with its needs, as identified in the RFQ.� The government reserves the right to consider a response that Quotations 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 Quoter 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/Quotations having the highest past performance rating possible represents the best benefit to the government.� BASIS FOR CONTRACT AWARD � In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which vendor provides the best value to the Government in terms of the information provided in response to the non-priced factors while also providing a competitive price.� Comparative Evaluations is the act of comparing two or more Quotations or proposal in response to the RFQ. Quotations will be evaluated by performing a direct comparison of one Quotation with another in a uniform manner to determine which provides the government with is needed, as identified in the RFQ. The comparison also performed to compare each Quoter to one another to determine which provides the best benefit to the government.� The government reserves the right to consider a response that Quotations 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 Quoter 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/Quotations having the highest past performance rating possible represents the best benefit to the government.� Moreover, the Government is not assigning weight to the factors or listing them in any order of importance. A comparative evaluation of Quotations will be conducted using the following segments of the contractors� quotation: (1) Price, (2) Past Performance, (3) Socio-economic status, and (4) Quality Control Plan. The Government will evaluate for the following:� Price - The Government is evaluating unit pricing and the total overall price to determine price fair and reasonableness. The evaluation will also consider the possibility that FAR 52.217-8 Option to Extend Services can be exercised at any time and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. Past Performance - The Government is evaluating the Contractor�s past performance to determine is previous experience if both recent and relevant to the needs of the Government as stated in the Performance Work Statement. The Past Performance evaluation will be based on the Contractor having successfully completed verifiable past performance that is similar in scope and nature to that identified in the Performance Work Statement. Past Performance will be deemed acceptable if it is determined that that there is substantial confidence the Contractor can perform the effort based on the submitted past performance documentation. The Quoter is responsible for providing three (3) references of their choosing (Attachment D). Also,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: tracy.williams6@va.gov �no later than the solicitation�s closing date and time.� The references chosen by the Quotation should be selected based on past projects of the same or similar work.�� Socio-economic status - The evaluation of Quotations received in response to the solicitation will use proof of current Service-Disabled Veteran Owned Small Business (SDVOSB) Status verification in CVE/Veterans Information Pages (VIP) databases. Technical Acceptability/ Quality Control Plan Demonstrated experience performing this requirement Demonstrated qualifications to provide supplies and delivery Use of Subcontractors in accordance with VAAR 852.219-74 Limitations on Subcontracting � Monitoring and Compliance (Jul 2018) Quality Control Plan - The Government is evaluating whether the Contractor understands the requirement and has the quality measures in place to insure compliance with the Scope of Work and Quality Assurance Surveillance Plan (if applicable) throughout the entire performance period of the contract. � National Cemetery Administration (NCA) Georgia National Cemetery (GNC) CEMETERY MATERIALS - STATEMENT OF WORK � TOPSOIL (SIFTED) GENERAL INFORMATION� Title of Project: CEMETERY MATERIALS- TOPSOIL Georgia National Cemetery has a requirement for the following materials: Topsoil (Sifted), 5/7 Stone, Playground Sand, and Black Landscape Mulch. Scope of Work: The vendor shall provide material only when requested by the cemetery Contracting Officer Representative (COR).� The transportation/delivery of material to the cemetery will be provided by the vendor and offloaded in a designated location provided by the COR at the time of delivery. The delivery price shall be included in the total price of the contract. � SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES � Description of Tasks and Associated Deliverable: The Vendor shall provide the following material upon request by the COR: � ITEM NAME Estimated Quantity Requested Estimated Times a year needed Total Est. Qty Per Year Topsoil (sifted) 20 Cubic yards� 6 120 Cubic Yards 5/7 Stone 40 Tons� 4 160 Tons Playground Sand 40 Tons� 6 240 Tons Black Landscape Bulk Mulch 20 Cubic Yards� 7 140 Cubic Yards � Background: Yearly material utilized throughout the cemetery for daily field operations. � Safety: Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation, any pertinent OSHA Occupational and Safety regulations, and any State and/or local regulations, laws and codes. � Performance Period: Work shall be performed Monday through Friday from 8:00am � 4:30pm with the exceptions of Holidays � Type of Contract: IDIQ � Place of Performance: Georgia National Cemetery, 2025 Mount Carmel Church Ln., Canton GA, 30114. � SOLICITATION PROVISIONS AND CONTRACT CLAUSES: � 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) Addendum to FAR 52.212-4 Clauses in corporate by reference in numeric order starting with FAR and followed by VAAR. 52.252-2 Clauses Incorporated by References (FEB 1998). The full text of FAR/VAAR clauses may be accessed electronically at: http://acquisition.gov/comp/far/index.html. http://www.va.gov/oal/library/vaar/ � The following solicitation clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contract Personnel (Jan 2011) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.216-18 Ordering (Oct 1995) 52.216-19 Ordering Limitations 52.216-21 Requirements (Oct 1995) 52.217-8 Options to Extend Services (Nov 1999) 52.217-9 Options to Extend the Term of the Contract (Mar 2000) 52.219-6 Notice of Total Small Business Set-Aside 52.232-18 Availability of Funds (Apr 1984) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.237-3 Continuity of Services (Jan 1991) 852.203-70 Commercial Advertising (May 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Adie (Jul 2019) 852.219-74 Limitations on Subcontracting � Monitoring and Compliance 852.219-75 Subcontracting Commitments Monitoring and Compliance (Jul 2018) End of Addendum to 52.212-4 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Oct 2019) The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Oct 2018) Addendum to FAR 52.212-1 List all provisions incorporated by reference in numeric order starting with FAR and followed by VAAR. Provisions may be accessed electronically at: http://acquisition.gov/comp/far/index.html. http://www.va.gov/oal/library/vaar/ 52.204-7 Systems for Award Management End of addendum to 52.212-1 52.12-2 Evaluation-Commercial Items (Oct 2014) 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) End of Document �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82d4473eab234468a88812dd1a0a6df9/view)
 
Place of Performance
Address: Canton, GA 30114, USA
Zip Code: 30114
Country: USA
 
Record
SN05714696-F 20200710/200708230141 (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.