Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOLICITATION NOTICE

S -- Dayton National Cemetery Raise, Realign, Reset & Clean upright headstones and to perform ground surface renovation/re-establish turf (Shrine)

Notice Date
8/19/2020 5:45:48 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
36C78620Q0332
 
Response Due
9/4/2020 8:59:00 PM
 
Archive Date
11/03/2020
 
Point of Contact
John M. Carlock, Contract Specialist, Phone: 317-916-3863
 
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
Page 8 of 13 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0332 Post Date: 8/19/2020 Original Response Date: 9/04/2020 at 11:59 pm, Eastern Standard Time Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: SDVOSB Period of Performance: Date of Award 365 calendars days Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 575 N. Pennsylvania Street, Ste 495 Indianapolis, IN 46204 Place of Performance: Dayton National Cemetery 4400 West Third Street Dayton, OH 45417 Attachments: A Wage Determination No. 2015-4731, Revision 10 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 Quotation (RFQ), solicitation number 36C78620Q0332. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 Effective 07-02-2020. This solicitation is being issued as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. If award cannot be made, the solicitation will be cancelled, and the requirement may be resolicited. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $8.0 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 IDIQ Contract. A.1 Scope: The contractor shall be responsible for providing the services listed in the Price Schedule at Dayton National Cemetery, located in Dayton, OH 45417. (a) All work must be completed within 365 calendar days after receipt of Delivery Order, from start to finish. (b) The VA reserves the right to make award for all or any portion of the Base Bid work based on availability of funding throughout the duration of this contract. Contractor agrees that work will commence immediately upon written authorization to proceed with the Base Bid work. The Contractor s quotation will include a price for each Contract Line Item Number (CLIN) noting a unit price, a total price for the quantity of each. Unit prices given under this request for quotations will be all inclusive containing (unit prices for materials, unit prices for labor, any labor burden or fringes, any associated travel costs, profit, overhead, etc.). Evaluation for award purposes will be based on the total aggregate price. PRICE SCHEDULE: Contractor shall furnish all equipment, parts, materials, labor and supervision necessary to Raise, Realign, Reset & Clean Upright headstones and to perform ground surface renovation/re-establish turf at Dayton National Cemetery, Dayton, OH. A.2 SCHEDULE OF SUPPLIES OR SERVICES AND PRICES/COSTS: Danyton Millennium FY20 CLIN DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 01 Reset, Raise, Lower, Realign & Backfill flat markers in Section 18-C 1,026 EA $_____ $ __________ 02 Clean flat markers in Section 18-C 1,026 EA $_____ $ __________ 03 Ground surface renovation and re-establishment of turf with sod in Section 18-C 10,000 SF $_____ $ _________               GRAND TOTAL AMOUNT =       $ _________ In addition to above Base Project - the contractor shall provide pricing for below Add Alternate. The Government reserves the right to award or not award any or all Add Alternate items (in part or in entirety). Should the Government determine to exercise any of these Alternates; the VA Contracting Officer will issue a modification to the contract incorporating the additional work Dayton Millennium FY20 - ADD ALTERNATE CLIN DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 01 Reset, Raise, Lower, Realign & Backfill flat markers in Sections 19-A & 19-B 2,176 EA $_____ $ ___________ 02 Clean flat markers in Sections 19-A & 19-B 2,176 EA $ ____ $ __________ 03 Ground surface renovation and re-establishment of turf with sod in Sections 19-A & 19-B 23,000 SF $_____ $ ___________    Grand Total        $_______________ Note: Quoters will include a price for all Contract Line Item Number (CLIN s). Failure to submit a price for all items will be cause for rejection of offer. SITE VISIT: Pre-bid site visit inspection is highly recommended, contact the Director, Assistant Director or Contracting Officer s Representative (COR) at 937-268-2221 to schedule visit. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 11:59 pm on 09/04/2020. 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. 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 August 28, 2020. 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.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Redacted copy of Technical Plan Signed SF-1449 -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation: (See Technical Acceptability for required content) -Past Performance Questionnaire Quotes shall be submitted via email ONLY: Email: John.Carlock@va.gov 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 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 fairness and reasonableness. 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. Technical Acceptability Qualification of all Personnel (training, experience, certifications) Equipment List MSDS for all chemicals being used List of Subcontractors business names (if being used) Write up detailing the technical methods and management Quality Control Plan Number of hours you believe each CLIN requires Number of employees you expect per CLIN requires Gantt Chart 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). 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 (JUN 2020) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.209-7 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 Mail: 575 N. Pennsylvania Street, Ste. 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 https://www.sam.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. 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 (JUN 2020) 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 | $10,000.00 | $150,000.00| 30 days) 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 852.219-74, 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 (JUL 2020) 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 PAGE 1 OF11 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 317-916-3863 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 36C78620Q0332 08/19/2020 John M. Carlock, john.carlock@va.gov 09/04/2020 11:59pm DEPARTMNET OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION CONTRACT SERVICES, Midwest District 575 N. Pennsylvania Street, Suite 495 Indianapolis, IN 46204 100 X 561730 $7.5 million Dayton National Cemetery 4400 West Third Street Dayton, OH 45417 36C786 Department of Veterans Affairs National Cemetery Administration Contracting Services, Midwest District 575 N. Pennsylvania Street, Ste 495 Indianapolis, IN 46204 http://www.tungsten-network.com/customer -campaigns/veterans-affairs/ 1-877-752-0900 Contractor shall provide raise & realign, clean headstones as Well as turf renovation at Dayton National Cemetery Period of Performance: 365 Calendar day after receipt of the Notice to Proceed. Contractor Information DUNS #__________________________________ TAX ID #_________________________________ POC:_____________________________________ Email:____________________________________ This requirement is 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. X X X 1 JOHN M. CARLOCK Contracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af59c4ae54794930a4069c0e1bc86378/view)
 
Place of Performance
Address: Dayton National Cemetery 4400 West Third Street, Dayton 45417
Zip Code: 45417
 
Record
SN05765163-F 20200821/200819230200 (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.