Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
DOCUMENT

87 -- Jefferson Barracks National Cemetery. Install sod. - Attachment

Notice Date
5/19/2015
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78615Q0230
 
Response Due
6/9/2015
 
Archive Date
8/8/2015
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
al
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information include in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. This combined synopsis/solicitation for commercial items is in accordance with the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This is a Request for Quotation (RFQ) for furnishing commercial items. The National Cemetery Administration is soliciting quotations under solicitation number VA-786-15-Q- 0230 for the following cemetery: Jefferson Barracks Nation Cemetery 2900 Sheridan Road St Louis, MO 63125 PH: 314-845-8320 POC: Ryan Meyer CASCADING SET-ASIDE PROCEDURE. The Government will award at the highest possible Tier. The Tiers will be as follows: 1st Tier- Service Disabled Veteran Owned Small Business (SDVOSB) 2nd Tier- Veteran Owned Small Business (VOSB) 3rd Tier- All small businesses 1.1 SOURCE SELECTION PROCESS - LOWEST PRICE TECHNICALLY ACCEPTABLE USING A CASCADING SET-ASIDE PROCEDURE 1.1.1 This is a competitive Request for Quote (RFQ). The Government expects to obtain Best Value in this negotiated acquisition by using the Lowest Price Technically Acceptable (LPTA) Source Selection Approach under FAR Part 15.101-2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 1.1.2 All of the evaluation factors, except price, will be evaluated on a "Acceptable or Unacceptable" basis. "Acceptable / Unacceptable" Factors will define a standard of comparison for contract Requirements. Offeror's quote shall satisfy all of the Government Technical requirements, in order to be determined "Technically acceptable", otherwise; they will fail to meet and will be considered "Unacceptable". 1.1.3 All offerors who submit quote in accordance with the quote submission instructions will be evaluated for acceptability. Afterwards, all technically acceptable quote, those given a "Acceptable", will then be evaluated for price reasonableness on the total proposed price. The lowest reasonably priced quote l will be the determining factor for award selection. Past performance will be considered as well. METHOD OF AWARD - CASCADE PROCEDURES 2.1 This a competitive Request for Proposals (RFP) using a Three (3)-Tier cascading set-aside procedure. The set-aside requirement will be as follows: First (1st) Tier: Service Disabled Veteran Owned Small Businesses (SDVOSBs), Second (2nd) Tier: Veteran Owned Small Businesses (VOSBs), Third (3rd) Tier: All Small Businesses. Cascading process will be used in conjunction with FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made to a responsible offeror on the basis of the lowest evaluated price of quote meeting or exceeding the acceptability standards for non-price factors; only were adequate/sufficient competition is received at a given Tier. 1.2Adequate competition exists if; (1) quotes are received from at least two qualified / technically acceptable responsible offerors; (2) each of whom can satisfy the contract's requirements independently; (3) both contend for a contract which will be won by the offeror who submits the lowest evaluated price meeting or exceeding technical requirement and; (4) price is reasonable as determined in accordance with FAR 19.202-6. If the above is satisfied in Tier 1, Tiers 2 and Tiers 3 quotes will not be considered. If not Tier 2 will be added to the evaluation process. If no quotes received in Tier 2, Tier 3 will be added to the evaluation process. The NAICS Code is 561730, Size Standard $7.5. SCOPE OF WORK FOR SUPPLIES /SERVICES & PRICES/COST AT JEFFERSON BARRACKS NATIONAL CEMETERY Scope: The contractor shall Furnish, Deliver & Install (F.O.B. Destination within Consignee's Premises)Turf-type tall fescue sod (blend of multiple tall fescue cultivars, and may contain a mix of up to 25% Kentucky bluegrass and/or perennial ryegrass) within established burial Sections located at Jefferson Barracks National Cemetery, 2900 Sheridan Road, St. Louis, MO 63123. Site Visit: Offerors or quoters are urged and expected to inspect the site(s) 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 the site constitute grounds for a claim after contract award. If you plan to conduct a site visit/inspection at the Jefferson Barracks National Cemetery, YOU MUST CONTACT the following cemetery personnel to make arrangements: Jeff Barnes (Director)314-845-8320 ext. 4101 William Holt (COR)314-845-8320 ext.4205 Terry Smart (Interment Supervisor)314-845-8320 ext. 4202 Ryan Myer314-845-8320 ext. 4201 FAX314-845-8355 Duration: The term of the contract is from July 1, 2015 thru September 30, 2015 with four (4) one year renewal options. Unit Price: The unit cost indicated in the Schedule is all-inclusive and covers the manufacture, supply, delivery and installations of all sod ordered. Estimated Quantities: The quantities of supplies/services specified in the Price Schedule are estimates only and are not purchased by this contract. The Government anticipates ordering, and the contractor furnishing, approximately 50,000 square feet of sod annually. Base Period Date of Award thru September 30, 2015 CLINDESCRIPTIONEST QTYUNITUNIT COSTTOTAL EST COST 001Furnish, deliver, and install turf-type tall fescue sod (blend of multiple tall fescue cultivars, and may contain a mix of up to 25% Kentucky bluegrass and/or perennial ryegrass) in cemetery burial areas. Soil will be prepared (graded, raked) by the contractor for the sod. All sod shall be furnished on an "as-needed/as-requested basis. 50,000SF$_________s__________ Option Year 1: October 1, 2015 thru September 30, 2016 CLINDESCRIPTIONEST QTYUNITUNIT COSTTOTAL EST COST 101Furnish, deliver, and install turf-type tall fescue sod (blend of multiple tall fescue cultivars, and may contain a mix of up to 25% Kentucky bluegrass and/or perennial ryegrass) in cemetery burial areas. Soil will be prepared (graded, raked) by the contractor for the sod. All sod shall be furnished on an "as-needed/as-requested basis. 52,000SF$__________$__________ Option Year II: October 1, 2016 thru September 30, 2017 DESCRIPTIONEST QTYUNITUNIT COSTTOTAL EST COST 201Furnish, deliver, and install turf-type tall fescue sod (blend of multiple tall fescue cultivars, and may contain a mix of up to 25% Kentucky bluegrass and/or perennial ryegrass) in cemetery burial areas. Soil will be prepared (graded, raked) by the contractor for the sod. All sod shall be furnished on an "as-needed/as-requested basis. 54,000SF$__________$____________ Option Year III: October 1 2017, thru September 30, 2018 DESCRIPTIONEST QTYUNITUNIT COSTTOTAL EST COST 301Furnish, deliver, and install turf-type tall fescue sod (blend of multiple tall fescue cultivars, and may contain a mix of up to 25% Kentucky bluegrass and/or perennial ryegrass) in cemetery burial areas. Soil will be prepared (graded, raked) by the contractor for the sod. All sod shall be furnished on an "as-needed/as-requested basis. 56,000SF$__________$____________ Option Year IV: October 1, 2018 thru September 30, 2019 DESCRIPTIONEST QTYUNITUNIT COSTTOTAL EST COST 401Furnish, deliver, and install turf-type tall fescue sod (blend of multiple tall fescue cultivars, and may contain a mix of up to 25% Kentucky bluegrass and/or perennial ryegrass) in cemetery burial areas. Soil will be prepared (graded, raked) by the contractor for the sod. All sod shall be furnished on an "as-needed/as-requested basis. 58,000SF$__________$____________ Questions pertaining to this solicitation must be sent by e-mail to: elvira.vann@va.gov no later than 2 am EST, June 2, 2015. Telephone inquiries will not be accepted. Questions received after the specified date and time will not be considered. All offerors shall include the following information printed on each offer: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone Number E-Mail Address Federal Tax ID# The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clauses 52.247-34 F.O.B. Destination, 52.211-17 Delivery of Excess Quantities, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-21 Requirements, 52.246-2 Inspections of Supplies- Fixed-Price apply to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following VAAR Clauses will apply 852.203-70 Commercial Advertising, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 852.211-73 Brand name or equal. 852.232-72 Electronic Submission of Payment Requests. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar. The Government intends to award a contract resulting from this solicitation using the evaluation method "Lowest Price Quoter." This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Offers received from concerns that are not service-disabled veteran-owned small business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified and listed in the Vendor Information Page at https://www.vip.vetbiz.gov prior to the due date for proposals. Failure to do so will result in your offer being removed for consideration for this solicitation. Offerors are responsible for Obtaining any and all amendments or additional information at http://www.fbo.gov. Quotes are due at 2:00 P.M. EST on June 9, 2015 CAUTION - LATE Submissions, Modifications, and Withdrawals: See provision 52.212-1(f) Quotes can be only emailed to: Elvira.Vann@va.gov Department of Veterans Affairs National Cemetery Administration Contracting Service Memorial Service Network IV Attn: Elvira D. Vann RFQ VA786-15-Q-0230 575 North Pennsylvania Street, Suite 495 Indianapolis, IN 46204
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78615Q0230/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-15-Q-0230 VA786-15-Q-0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2056160&FileName=VA786-15-Q-0230-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2056160&FileName=VA786-15-Q-0230-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Jefferson Barracks National Cemetery;2900 Sheridan Road;St Louis, MO
Zip Code: 63125
 
Record
SN03736067-W 20150521/150519235414-946768e85e5fccf5f3881142ad87c6a8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.