Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

S -- Interments Service Assistance, Grounds and Facility Maintenance, and Janitorial Services for the Bakersfield National Cemetery. - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Road, Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617R0006
 
Response Due
1/24/2017
 
Archive Date
3/25/2017
 
Point of Contact
Anthony Q. Hawley
 
E-Mail Address
540-658-7211<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration (NCA) is soliciting offers under Request for Proposal (RFP) Number VA786-17-R-0006 to provide Interment and Grounds Maintenance and Janitorial Services at the Bakersfield National Cemetery. This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The NAICS Code is 561730; Size Standard is $7.5 Million. Offers received from concerns that are not SDVOSBs shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages (VIP) at https://www.vip.vetbiz.gov prior to the due date for proposals. (See Provision 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) The Contractor shall provide all supervision, labor, equipment, materials, and the supplies necessary to provide Interment and Grounds Maintenance and Janitorial Services at the Bakersfield National Cemetery located at 30338 East Bear Mountain Boulevard in Arvin, CA 93203. The contractor shall use an innovative and creative technical approach to manage the grounds maintenance operation at the Cemetery in order to maintain the high standards of appearance as a National Shrine, in accordance with the National Cemetery Administration National Shrine Commitment Operational Standards and Measures (Version 5.1 July 2014, or the most current version), and standard commercial practices.. The contract period of performance is from February 1, 2016 (or effective date of award of contract), through September 30, 2017, with four (4) one (1) year option periods to begin on the first day of the fiscal year, if exercised. PRE-BID SITE VISIT: Potential offerors are urged and expected to inspect and investigate the performance site by observation. Offerors are also urged to submit Requests for Information (RFI) and responses through the Contracting Office to satisfy their understanding of the work to be completed as well as all general, local, and technical conditions that may affect the cost and feasibility of the proposal. In no event shall failure to inspect the site constitute grounds for a claim after award. There is only one organized site visit: 01/17/2017 at 11:00am. (PST). If you are not able to attend, you may do a self-guided visit. There will be no Cemetery Personnel available at that time to show you around and you must call the COR to make sure he/she knows you will be there. Please do not ask Cemetery Personnel questions if you do a self-guided visit. Cemetery POC(s): Cemetery Director: April Pedretti Telephone: 661-867-2250 Email: April.Pedretti15@va.gov Contracting Officer s Representative (COR): Joseph Prica Telephone: 661-867-2261 Email: Joseph.Prica@va.gov The Government intends to award a single, Firm-Fixed Price (FFP) contract to the responsible offeror whose offer is evaluated as the lowest-priced and technically acceptable (LPTA). The total price shall include all labor, travel expenses (if any), materials, overhead profit, insurance, and all other expenses necessary to deliver and install the required items. No additional sums will be payable on account of any escalations in the cost of materials, equipment, or labor, or because of the Contractor s failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract. The Government will award a contract resulting from this solicitation to the LPTA offeror. The following factors listed in descending order of importance will be used to evaluate offers: (1) Price, (2) Past Performance; and (3) Technical Qualifications. Past Performance and Technical Qualifications when combined are not more important than Price. However, TECHNICAL QUALIFICATIONS AND PAST PERFORMANCE MUST BOTH BE SATISFACTORY FOR THE OFFER TO BE CONSIDERED TECHNICALLY ACCEPTABLE. SIMPLY HAVING THE LOWEST PRICED BID DOES NOT AUTOMATICALLY CONSTITUTE GROUNDS FOR CONTRACT AWARD. Bonding: The Government retains the right to ask for bonding (bid, performance, payment) if it is determined to be necessary to address Government concerns. In such cases, the Government will reimburse 100% of the bonding price. Failure to receive or qualify for bonding will result in removal from further consideration for award. The Experian Credit Report will be one of the tools used to determine if bonding should be required due to the business financial stress score/summary. The number of contracts outstanding will be another consideration in determining if bonding will be needed. Failure to obtain bonding within a reasonable time will result in withdrawal of award and discussion with the next best offer. If bonding is not required, the prime contractor is required to notify all subcontractors that there is no bonding on the contract. Reference FAR 52.228-16 Performance and Payment Bonds Other than construction. Electronic solicitations will be available for download from Federal Business Opportunities http://www.FedBizOpps.gov on or around January 10, 2017. Responses to the solicitation are due by 4:00 p.m. (EST) on or about January 24, 2017. The question and answering period commences on January 10, 2017 and concludes on January 19, 2017 by 5:00 p.m. EST. Email questions to anthony.hawley@va.gov. Offerors are advised that they are responsible for obtaining amendments to the solicitation which will be available at FedBizOpps. All proposals must be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website in order to be considered for award. https://www.vendorportal.ecms.va.gov. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login Section located on the far left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit a proposal through the Vendor Portal Domain prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of proposals through email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Proposals will not be considered. No telephone requests will be accepted. Any questions should be sent via email to anthony.hawley@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617R0006/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-R-0006 VA786-17-R-0006_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201907&FileName=VA786-17-R-0006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201907&FileName=VA786-17-R-0006-000.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: Department of Veterans Affairs;Bakersfield National Cemetery;30338 East Bear Mountain Boulevard;Arvin, CA
Zip Code: 93203
 
Record
SN04368120-W 20170112/170110234526-02f143df00eff3ed9156b6c4b2f1dfbe (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  © 1994-2020, Loren Data Corp.