Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2020 SAM #6864
SOLICITATION NOTICE

99 -- Jefferson Barracks - D2 headstone cleaning solution. Base year plus 4 option years. Subject to availability of FY funding. TIERED EVALUATION

Notice Date
9/12/2020 11:57:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78621Q0009
 
Response Due
9/28/2020 11:00:00 AM
 
Archive Date
11/27/2020
 
Point of Contact
JOHN M. CARLOCK, Contract Specialist, Phone: 317-916-3863
 
E-Mail Address
John.Carlock@va.gov
(John.Carlock@va.gov)
 
Awardee
null
 
Description
Page 13 of 14 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78621Q0009 Post Date: 9/14/2020 Original Response Date: 9/284/2020 at 14:00, Eastern Standard Time Applicable NAICS: 325998 Classification Code: 9999 Set Aside Type: TIERED EVALUATION SDVOSB-VOSB-SB Period of Performance: Date of Award 365 calendars days with (4) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 575 N. Pennsylvania Street, Suite 495 Indianapolis, IN 46204 Place of Performance: Jefferson Barracks National Cemetery 2900 Sheridan Road St. Louis, MO 63125 Attachments: A 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 36C78621Q0009. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 Effective 08-13-2020. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. The applicable North American Industrial Classification System (NAICS) code for this procurement is 325998, with a business size standard of 500 employees. 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. Scope: The contractor shall be responsible for providing and applying herbicide as well as provide only fertilizer at Jefferson Barracks National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide D2 head stone cleaner for Jefferson Barracks 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). Quoters 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. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. Base Year Date of Award through 365 calendar days CLIN Description Qty Unit Unit Price Amount 0001 D2 Headstone cleaning solution, 55-gallon drums 10 EA Option Year 1 CLIN Description Qty Unit Unit Price Amount 1001 D2 Headstone cleaning solution, 55-gallon drums 10 EA Option Year 2 CLIN Description Qty Unit Unit Price Amount 2001 D2 Headstone cleaning solution, 55-gallon drums 10 EA Option Year 3 CLIN Description Qty Unit Unit Price Amount 3001 D2 Headstone cleaning solution, 55-gallon drums 10 EA Option Year 4 CLIN Description Qty Unit Unit Price Amount 4001 D2 Headstone cleaning solution, 55-gallon drums 10 EA BASE PERIOD AMOUNT $ OPTION YR 1 AMOUNT $ OPTION YR 2 AMOUNT $ OPTION YR 3 AMOUNT $ OPTION YR 4 AMOUNT $ Total Aggregate Contract Price (Base and ALL Options) $__________ 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. The Contractor shall deliver the following product to Jefferson Barracks National Cemetery located at 2900 Sheridan Rd, St. Louis, MO 63125. FOB Destination on an as-needed basis. The Government will contact the Contractor by phone or email to schedule deliveries. Product Description: D/2 Proprietary chemical composition is as follows: CAS # Chemical Name Concentration 7173-51-5 1-Decanaminium, N-Decyl-N,N-dimethyl-, chloride Proprietary 29911-27-1 2-Propanol, 1-(1-methyl-2-propoxyethoxy)- Proprietary 7396-58-9 Didecylamine, N-methyl- Proprietary D/2 Biological Solution is highly effective for removing stains caused by mold, mildew, algae, lichens, and air pollutants, which has been tested and used by the Department of Veterans Affairs and the National Park Service. D/2 is a biodegradable cleaner that is pH neutral and contains no salts, bleach or acids. D/2 delivery will be ordered on an on-call basis and deliveries shall be within 72 hours of placing order with the contractor. There will be approximately three (3) orders per year to a total annual contractual requirement of 550 gallons of D/2 product. Timing of first delivery will be approximately March of the calendar year. Product will be delivered in 55gallon drum receptacle. All product supplied by the contractor will be approved by the Contracting Officers Representative (COR) before delivery. The Offeror shall provide a copy of a Spill Response Plan with proposal. The plan shall effectively prevent and contain any spills and prevent contamination to the surrounding ground, storm drains or downhill contamination to local waterways. The Contractor must certify that their drivers have been trained on spill prevention. They must also prove that they have an effective means of communication during a spill containing 10 or more gallons. This plan shall include emergency contact numbers for: their own company, remediation companies and State & Federal authorities in the event of a major spill containing 10 or more gallons. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 14:00 on 09/28/2020. 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 September 23, 2020 12:00 pm Eastern Standard Time. 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 Signed SF-1449 -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation: Capability Statement or Summary Experience of Prime and Subcontractor relevant to solicitation requirement -Past Performance Questionnaire (Attachment C) 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 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. 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 technically acceptable basis in accordance with FAR 15.101-2: 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 Spill Response Plan MSDS for all chemicals being used 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 (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 52.209-7 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 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 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 (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) (1Each) | 3 Each | 10 Each| 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2020) 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 (Mar 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) End of Addenda End of Document Page 14 of 14 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 36C78621Q0009 09/14/2020 John M. Carlock, john.carlock@va.gov 09/28/2020 14:00 EST DEPARTMNET OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION CONTRACT SERVICES 575 N. Pennsylvania Street Suite 495 Indianapolis, IN 46204 100 X 561730 $7.5 million Jefferson Barracks National Cemetery 2900 Sheridan Road St Louis, MO 63125 36C786 Department of Veterans Affairs National Cemetery Administration Contracting Services 575 N. Pennsylvania Street, Suite 495 Indianapolis, IN 46204 http://www.tungsten-network.com/customer -campaigns/veterans-affairs/ 1-877-752-0900 Contractor shall provide and D2 head stone cleaning solution For Jefferson Barracks National Cemetery, St Louis, MO. Period of Performance is Date of Award through 365 Calendar Days with (4) one-year options if exercised. Contractor Information DUNS #__________________________________ TAX ID #_________________________________ POC:_____________________________________ Email:____________________________________ This requirement is TIERED EVALUATION SDVOSB-VOSB-SB X X X 1 JOHN M. CARLOCK Contracting Officer
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d0ee035f9cf450789ee91b3b8b971fd/view)
 
Place of Performance
Address: Jefferson Barracks National Cemetery 2900 Sheridan Road, St Louis 63125, USA
Zip Code: 63125
Country: USA
 
Record
SN05795569-F 20200914/200912230132 (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.