Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

36 -- Contract for Concrete Graveliners at National Cemeteries of the Alleghenies (NCOTA) located at 1158 Morgan Rd Bridgeville, PA. 15017.

Notice Date
5/25/2023 12:29:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78623Q0061
 
Response Due
6/6/2023 11:00:00 AM
 
Archive Date
08/05/2023
 
Point of Contact
202-894-4358, Mr. Hugh O'Neil, Phone: 703-630-9353
 
E-Mail Address
hugh.oneil@va.gov
(hugh.oneil@va.gov)
 
Awardee
null
 
Description
GENERAL INFORMATION: Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78623Q0061 Post Date: 05/25/2023 Original Response Date: 06/06/2023 Applicable NAICS: 327390 Classification Code: 3630 Set Aside Type: UNRESTRICTED Period of Performance: Base plus 4 Option Year, if exercised. Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performance: National Cemeteries of the Alleghenies (NCOTA) 1158 Morgan Rd Bridgeville, PA. 15017 Attachments: A. Schedule/Statement of Work B. Past Performance Questionnaire C. Wage Determination Services 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 36C78623Q0061 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2023-02 (eff. 03/16/2023). NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: The (NAICS) code for this procurement is 327390 The business size standard number of employees is 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 Veteran Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced (FFP) Contract. This FFP Contract is for National Cemeteries of the Alleghenies (NCOTA), 1158 Morgan Rd, Bridgeville, PA. 15017. 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. 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 one or all sites constitute grounds for a claim after contract award. All contractors and attendees shall follow CDC guidelines for COVID-19 on government premises and must practice safe social distancing as directed. If you plan to conduct a site visit / inspection of National Cemeteries of the Alleghenies (NCOTA), 1158 Morgan Rd, Bridgeville, PA. 15017. YOU MUST CONTACT one of the following personnel to make arrangements: Edward Hajduk, Director (724) 746-4363 William Webb, Cemetery Foreman ... .(724) 746-4363 Site Visits will be from 31 May 2023 or 1 June 2023 and will not be rescheduled. RESPONSE TO REQUEST FOR QUOTATION (RFQ): Quotes are due to the Contracting officer no later than 2:00PM EST on 6 May 2023. Responses to this announcement will result in an Indefinite Delivery Indefinite Quantity (IDIQ) 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 all amendments or additional information concerning this announcement at beta.sam.gov. SOLICITATION QUESTIONS: All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than close of business, 06/02/2023. Questions pertaining to this announcement shall be sent by email to: Hugh.ONeil@va.gov . Telephone inquiries will not be accepted. Associated answers to questions submitted will be provided via a solicitation amendment. Should an amendment not be endorsed by the Interested Offeror, the quote will be considered Non-Responsive. INSTRUCTIONS TO OFFERORS: Interested Offerors MUST be registered with the System of Award Management (SAM) at http://www.sam.gov and must compete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to the solicitation closing date. Failure to comply will result in the offeror being considered non-Responsive. Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) socio-economic category concerns MUST have an active/current registration with www.verterans.certify.sba.gov. Failure to comply will result in the offeror being considered non-Responsive. Interested Offerors who do not have a current/active Sam account registration or who are not certified as a Service-Disabled Veteran Owned Small Business in the SBA website (veterans.certify.sba.gov) upon solicitation close date will be considered non-responsive. All offers are to be submitted to the Administrative Contracting Officer (ACO), Mr. Hugh O Neil, via email at Hugh.ONeil@va.gov and CC: the Contracting Officer, Mr. Joselito Roman at Joselito.Roman@va.gov no later than 2:00PM EST on 06/06/2023. QUOTATION PREPARATON INSTRUCTIONS: Offerors shall submit quotes in four (4) separate Adobe Acrobat (.pdf) documents identifying each .pdf document as Volumes A, Volume B, Volume C and Volume D. Interested Offerors who fail to submit the four (4) separate .pdf documents will be considered non-responsive. If one document is submitted the offeror will be considered non-responsive. Volumes A through D must be a separate pdf file. Company Information (Volume A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address (No P.O. Boxes) Duns Number SAM UID Company Point of Contract Name and Title Telephone Number Email Address Company Capabilities Statement One (1) Signed Copy of all Solicitation Amendments One (1) Copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable). One (1) copy of Completed FAR Provisions 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representation and certifications electronically at www.sam.gov (copy of current SAM status) In accordance with Public Law 116-183 a Small Business claiming Veterans First Status, Service Disable Veteran Owned Small Business (SDVOSB), or Veteran Owned Small Business (VOSB), must certify in writing that their firm are performing 50 percent of the work. Therefore, Interested Offerors who claim SDVOSB or VOSB status shall provide (1) document stating their compliance with PL 116-183. Failure to provide such document will result in the Interested Offeror being considered Non-Responsive. Should award be made to an SDVOSB or a VOSB who is suspected of violating PL 116-183 this Agency will refer suspected violators to its department s inspector general for investigation and possible fines, suspensions, or debarments. Technical Proposal (Volume B) The following shall be included as part of the Offeror s technical submission, Volume B: Company relevant experience descriptions Work Plan/Staffing Plan to accomplish the required services to include man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information. Past Performance (Volume C) The following shall be included as part of the Offeror s Past Performance submission, Volume C: Past performance Questionnaire (Attachment D) from at least three (3) references in the last five (5) years. Past Performance information provided must be similar or somewhat similar to the required service(s). Interested Offeror shall list any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non-NCA contracts. 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 A) EVALUATION PROCESS: The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this Solicitation to the responsible Offeror whose Offer/Quote provides the best benefit to the Government, price and other factors considered. Quotations/Offers 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/Offerors will be evaluated by performing a direct comparison of one Quotation/Offer with another in a uniform manner to determine which Quotation/Offer provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that Quotes or 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 Quoter/Offer that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the Quotation/Offer 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 will be evaluated for the following: Demonstrate experience in performing this requirement. Demonstrate Work Plan/Staffing Plan is suitable in performing this service. Plan must include man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information. 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 Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or any other reasonable basis. Price: Proposed price will be evaluated for Reasonableness End of Document SUPPLIES OR SERVICES AND PRICES / COSTS Price Schedule: Contractor shall furnish all labor, supervision, equipment, materials and supplies necessary to provide complete Concrete Graveliners Supplies at the National Cemeteries of the Alleghenies (NCOTA), 1158 Morgan Rd, Bridgeville, PA. 15017. Services will be provided in accordance with all terms, conditions, specifications, requirements and schedules of the contract, including National Cemetery Administration Standard Operating Procedures and Operational Standards & Measures. Contract period will consist of a base period from Date of Award through 1 year, with four (4) one-year renewal options if exercised. Solicitation Provisions and Contract Clauses 52.212-4 Contract Terms and Conditions- Commercial Items (Oct 2018) Addendum to FAR 52.212-4 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and https://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR Clauses 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.216-18 Ordering (AUG 2020) 52.216-19 Ordering Limitations (OCT 1995) 52.216-22 Indefinite Quantity (OCT 1995) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contact (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds for the Next Year (APR 1984) VAAR Clauses 852.201-70 Contracting Officer s Representative (DEC 2022) 852.203-70 Commercial Advertising (MAY 2018) 852.219-73 VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022) 852.219-74 VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022) 852.237-75 Key Personnel (OCT 2019) 852.242-71 Administrative Contracting Officer (OCT 2019) 852.246-73 Noncompliance with Packaging, Packing, and/or Marking Requirements (OCT 2018) 852.247-71 Delivery Location (OCT 2018) 852.247-72 Marking Deliverables (OCT 2018) 852.247-74 Advance Notice of Shipment (OCT 2018) (End of Addendum to 52.212-4) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (DEC 2022) FAR Provisions 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (MAR 2023) (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) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.233-2 Service of Protest (SEPT 2006) VAAR Provisions 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternative Protest Procedure (OCT 2018) 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 (FEB 2021) End of Document See Attached Document A See Attached Document B See Attached Document C
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c31562cf5f3246a2b9dbab26315bb65c/view)
 
Place of Performance
Address: Department of Veterans Affairs National Cemetery Administration National Cemeteries of the Alleghenies (NCOTA) 1158 Morgan Rd, Bridgeville 15017, USA
Zip Code: 15017
Country: USA
 
Record
SN06694815-F 20230527/230525230114 (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  © 1994-2020, Loren Data Corp.