Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2020 SAM #6896
SOLICITATION NOTICE

S -- MHNC Grounds Maintenance Services

Notice Date
10/14/2020 1:55:12 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
36C78621Q0024
 
Response Due
11/10/2020 1:00:00 PM
 
Archive Date
01/09/2021
 
Point of Contact
tracy.williams6@va.gov, Ms. Tracy Williams, Phone: 703-630-9365
 
E-Mail Address
tracy.williams6@va.gov
(tracy.williams6@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
CONTINUATION PAGE RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78621Q0024 Post Date: 10/14/2020 Original Response Date: 11/10/2020 at 4:00PM, EST Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: December 1,2020 thru November 30, 2021 with (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: Mountain Home National Cemetery 53 Memorial Ave, Bldg. 117 Mountain Home, TN 37684 Attachments: A Performance Work Statement B Wage Determination No. 2015-4641, Rev 11 Dated 18 June 2020 C Price/Cost Schedule D 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 36C78621Q0024. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-01 eff 10/01/2020. This is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $8 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 (IDIQ) Contract. 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 providing mowing & trimming and grounds maintenance services at Mountain Home National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete grounds, tree and maintenance services for New Albay 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 price and the total of the CLINs will be recomputed accordingly. PERIOD OF PERFORMANCE: Base Period December 1, 2020 through November 30, 2021 Option Year One- December 1, 2021 through November 30, 2022 (if exercised) Option Year Two December 1, 2022 through November 30, 2023 (if exercised) Option Year Three December 1, 2023 through November 30, 2024 (if exercised) Option Year Four December 1, 2024 through November 30, 2025 (if exercised) CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ SEE ATTACHMENT C Total $___________ Total Estimated Price Base and all Option periods $______________ Services to be Provided: See Attachment A STATEMENT OF WORK SITE VISIT: Quoters 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 one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Mountain Home National Cemetery, YOU MUST be present on the following dates: Site Visits are by appointment only. Contact the Mountain Home National Cemetery for an appointment during the week of October 19-23, 2020. All site visits must be scheduled and completed prior to October 23, 2020 at 4:00PM, EST. Mountain Home National Cemetery POC: Mr. Charles Chuck Jones, (423) 979-3535; Email: charles.jones22@va.gov (Please reference in subject line: Site Visit Appointment Request for Mountain Home NC GMS). All questions regarding this solicitation are to be submitted to the contracting officer, via email, tracy.williams6@va.gov no later 03 November 2020 at 4:00PM, (EST). (Please reference in subject line: MHNC GMS and Headstone Maintenance Services 36C78621Q0024 Q&A). Questions will not be addressed using the telephone. REGISTRATION WITH VENDOR PORTAL: All Interested Offerors must be registered with the Department of Veterans Affairs eCMS Vendor Portal at https://www.vendorportal.ecms.va.gov . Offerors who require registration shall proceed to the Vendor Portal s Login section and shall click on Request a user account to register. In the event an Offeror is unable to submit a Quote/Proposal through the vendor portal domain, prior to the Quote/Proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov If an Offeror is still having difficulties in submitting a proposal via the Vendor Portal the contracting officer/Specialist may accept an Offeror s Quote/Proposal via email under the following circumstances: 1. Offeror must provide evidence that an email discussions or verbal discussion (include representative name, date and time of phone call) with the VAAS helpdesk could not resolve registration issues. 2. Offerors must meet the time constraints as set forth in the solicitation. Submitted Quotes/proposals via email without set requirements may be considered nonresponsive. All Quote/Proposals transmissions and uploads submitted via the Vendor Portal or via email are due as specified in this solicitation. Late or incomplete Quotes may also be considered nonresponsive. Additionally, prospective offerors must also be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.beta.sam.gov. Responses to this Request for Quotation (RFQ) are due no later than 10 November 2020 at 4:00PM, EST Responses to this announcement will result in an Indefinite Delivery/Indefinite Quantity (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://beta.sam.gov/ QUOTATION PREPARATION INSTRUCTIONS: Quote Format and Submission Information: Quotations and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following: All quotes must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website https//www.vendorportal.ecms@va.gov to be considered. Offer packages that do not contain all the above materials will be rejected as non-responsive. Offeror will be responsible for ensuring that their complete proposal and all Volumes have been received by the designated deadline. Quotes must be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the following information as part of their quote: Company Information (VOLUME A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in https://beta.sam.gov/ ) DUNS Number Point of Contact Name Telephone number Email Address Company Capability Statement Proof of current System for Award Management (SAM) account For SDVOSB and VOSB concerns, proof of active/current Vendor Information Pages (VIP) certification (CVE letter is acceptable). One (1) signed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification Material Safety Data (if applicable) One (1) copy of Completed FAR Provision 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representation and certifications electronically at https://beta.sam.gov/ (copy of current SAM status) Technical Proposal (VOLUME B) The following information shall be included in Volume B: One (1) copy of Technical Proposal. The following shall also be included as part of the Quoter s technical submission: Company relevant experience descriptions. Managerial & Technical Qualifications of key personnel Identification of all Subcontractors anticipated to perform work under this contract and percentage of work subcontractors will perform. Relevant work qualifications of proposed sub-contractors. Employees resumes, CV s, additional experience related information etc., Limitations on Subcontracting plan of compliance (see Veteran Affairs Acquisition Regulation (VAAR Clause 852.219-10). Narrative response to the requirement. Past Performance (VOLUME C) The following information shall be included in Volume C: Past Performance Questionnaire (Attachment D) for related Grounds Maintenance Services work performed. Pricing (VOLUME D) The following information shall be included in Volume D: Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment C). One (1) copy of Price Offer/Quote for all items in the schedule this should be a separate document in .pdf format**. Pricing shall be submitted in the Price/Cost Schedule of Supplies/Services CLINs format only as outlined in Attachment C. **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: In accordance with FAR 52.212-2, The Government will award a contract to the responsible offeror whose offer conforms to solicitation requirements and provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3). A comparative evaluation is the act of comparing either two or more offers in response to this RFQ. The Government reserve the right to consider a response that offers more than the minimum requirement and select that response if it provided the best benefit to the Government. The Government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The Government has the discretion to make an award based on whether the lowest price of the quotations/offers, having the highest past performance rating possible, represents the best benefit to the Government. Technical Approach and Understanding of the Work: Offer shall be evaluated in accordance with the criteria contained in the Statement of Work and on how well the technical approach meets the Government requirements. Technical approach shall include the following: A narrative that details and demonstrates the Contractor s understanding of the complexity and magnitude of the requirement. This includes: The level of experience the offeror has in similar type of work at Federal/State or Private Cemeteries. Magnitude (dollar range), complexity, period of performance. Failure to provide the required narrative will result in the Contractor being considered non-responsive. Past performance: Past performance shall be evaluated based on the Offer s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods. The Contracting Officer s knowledge of previous experience with the supply or service being acquired; Customer past performance questionnaire replies The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or; Any other reasonable basis. Price: Proposed price will be evaluated for Reasonableness and Realism. DIGNITY CLAUSE Respect for Headstones and Markers in National Cemeteries; Handling of Markers and Headstones Every action by Offeror personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Offeror employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals. Offerors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them. No tools, equipment or other items will be placed or leaned on headstones or markers. Use care not to scratch or damage markers in any manner. Offeror shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (e.g., casket or urn), or outer burial container, the Offeror must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance. Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution. The Offeror is required to discuss the guidance with employees and/or subcontractors and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin. Contracted Site Supervisor will ensure that no Offeror personnel work will cause any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided on the day of the service. The Site Supervisor shall communicate not less than daily with the COR, to ask questions and ensure he/she and contracted personnel understands the off-limit areas. 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 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) Addendum to FAR 52.212-4 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR Clauses FAR 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 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 (AUG 2020) FAR 52.216-19 Ordering Limitations (OCT 1995) FAR 52.216-21 Requirements (OCT 1995), Alternate I (OCT 1995) FAR 52.217-8 Option to Extend Services (NOV 1999) (30 days) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (30 days) (shall not exceed 5 years and 6 months) FAR 52.219-14 Limitations on Subcontracting (MAR 2020) FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997), CL-120 Supplemental Insurance Requirements 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 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.232-72, Electronic Submission of Payment Requests (NOV 2018) 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71, Alternate Protest Procedure (OCT 2018) 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.237-75, Key Personnel (OCT 2019) (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2020) (Deviation AUG 2020). FAR Provisions 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) Addendum to FAR 52.212-1 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7, System for Award Management (OCT 2018) 52.209-7, Information Regarding Responsibility Matters (OCT 2018) 52.216-1, Type of Contract (APR 1984) 52.223-1, Biobased Product Certification (MAY 2012) 52.233-2, Service of Protest (SEPT 2006) VAAR Provisions 852.215-72, Notice of Intent to Re-solicit (OCT 2019) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum to 52.212-1) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2020) 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)(1),(b)(2),(b)(4),(b)(6),(b)(8),(b)(9), (b)(14)(i),(b)(16),(b)(22), (b)(27),(b)(28), (b)(29),(b)(30), (b(31),(b)(32)(i),(b)(33),(b)(34),(b)(35),(b)(36), (b)(44),(b)(49),(b)(51),(b)(57),(b)(58),(c)(2),(c)(3),(c)(4),(c)(8), and (c)(9). End of Document See attached document: 36C78621Q0024, SOW Grounds Maintenance See attached document: 36C78621Q0024, PRICE/COST Schedule See attached document: 36C78621Q0024, Wage Determination 2015-4641 Rev 11 18 Jun 2020. See attached document: 36C78621Q0024 Past Performance Questionnaire
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46d45abcbbba4d0daf1e1458aa24f8d8/view)
 
Place of Performance
Address: 53 Memorial Ave, Bldg. 117, Mountian Home, TN 37684, USA
Zip Code: 37684
Country: USA
 
Record
SN05826940-F 20201016/201014230136 (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.