DOCUMENT
Y -- CHIMNEY REPAIRS AT COLD HARBOR NATIONAL CEMETERY - Attachment
- Notice Date
- 4/28/2017
- Notice Type
- Attachment
- NAICS
- 238140
— Masonry Contractors
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78617Q0448
- Response Due
- 5/19/2017
- Archive Date
- 7/3/2017
- Point of Contact
- KENNETH DOUGHERTY
- E-Mail Address
-
CO'S EMAIL
(KENNETH.DOUGHERTY@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RFQ FOR CONSTRUCTION SERVICES GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: VA786-17-Q-0448 Post Date: 04/28/2017 Original Response Date: 05/19/2017 at 4:00 pm Current Response Date: 05/19/2017 at 4:00 pm Applicable NAICS: 238140 Classification Code: Y1QA Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB) Magnitude of Construction: Less than $25,000 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Cold Harbor National Cemetery 6038 Cold Harbor Blvd. Mechanicsville, VA 23111 Description: 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. This is a combined synopsis/solicitation for construction services prepared in accordance with the format in FAR Part 13, Simplified Acquisition Procedures and FAR Part 36, Construction and Architect Engineer Contracts, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and all solicitation provisions & clauses are incorporated in this announcement. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 05/19/2017. Responses to this announcement will result in a Firm-Fixed Price purchase order and the Government intends to make award under this announcement 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 any and all amendments or additional information concerning this announcement at https://fbo.gov. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov SDVOSB offerors must be verified with the Center for Verification and Evaluation (CVE) to participate under the Veterans First Contracting Program at the time of the response to this announcement at the following website: https://www.vip.vetbiz.gov. See VAAR clause 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside for additional information on the Veterans First Contracting Program requirements. Offers received from companies not registered in https://www.vip.vetbiz.gov will not be considered and ineligible for award. The U.S. Department of Veterans Affairs, National Cemetery Administration, and the Cold Harbor National Cemetery anticipate issuing a purchase order for Chimney Repair Services. The applicable North American Industrial Classification System (NAICS) code for this procurement is 238140, with a business size standard of $15 million. The National Cemetery Administration is seeking quotes from Service Disabled Veteran Owned Small Businesses qualified for Chimney Repair Services. Period of Performance: 60 days from receipt of the notice to proceed letter Scope: The contractor shall be responsible for providing Chimney Repair Services for Cold Harbor National Cemetery only. Services Price Schedule Line Item Description Quantity Unit Total Price 0001 Contractor shall provide all labor, tools, materials, equipment, and supervision necessary to dismantle and rebuild the brick chimney, from the roof up, on the Cold Harbor National Cemetery Lodge 1 JB $_______ Total Price: See Attachment (A) for full work specifications and drawings. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors 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 Proposals shall be submitted via email or via mail to the following addresses: Email: kenneth.dougherty@va.gov Mail: 75 Barrett Heights Road Suite 309 Stafford, VA 22556 For proposals mailed, proposals shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: kenneth.dougherty@va.gov. Telephone inquiries will not be accepted. Proposal Evaluation: The Government intends to award a purchase order resulting from this announcement using the evaluation method of Lowest Price Technically Acceptable. EVALUATION FACTORS FOR AWARD Evaluation Process: Proposals will be evaluated in accordance with FAR 13.106-2 Evaluation of Quotations or Offers and FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process The Government intends to award a contract resulting from this solicitation using the evaluation method Lowest Price Technically Acceptable. This method is appropriate when best value is expected to result from selection of the technically acceptable offer with the lowest evaluated cost/price. Offers will be evaluated for acceptability but not ranked using the non-cost/price factors. Evaluation factors and significant sub factors that establish the requirements of acceptability are set forth below. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (FAR 15.101-2). The following factors shall be used to evaluate offerors on a lowest cost, technically acceptable bases in accordance with FAR 15.101-2: Price Technical Qualifications: Technical Acceptability will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in performance of the requirements identified in this solicitation. The proposal should not simply restate the Government s requirements, but it should describe, in detail, how the Offeror intends to meet the requirements. Offerors shall provide information for the following sub-factors: Experience of company and/or subcontractors in performing this type of work: have you done/performed the requirements of the Scope of Work? Please explain in detail, (e.g. Description, Size, Scope and Dollar Value of similar projects.) Performance Plan: The contractor shall provide in writing a detailed work plan which presents the contractor s plan for completing the work. The contractor s plan shall be responsive with the scope of work and describe, in detail, the approach to be used for each task required. For each task, the contractor shall identify all necessary subtasks (if any), associated costs by task, and milestone dates. In addition to the work plan, contractor shall provide evidence of managerial qualifications of key personnel (resumes, training, related project experience, certifications); qualifications of key technical personnel (resumes of key technical personnel, training, experience, certifications); evidence of sufficient personnel & equipment (list). The contractor s proposal will be evaluated on how well it meets the performance goals of this contract. Identify any subcontractor(s) to be used in performance of this contract, along with the subcontractor s socio-economic status (e.g. Disabled/Veteran owned, Woman owned, Small, Large Business, etc.). If using a subcontractor, list the type and percent of work each party will perform. C. Past Performance: Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). If no past performance information is readily available, the Offeror s past performance will be evaluated as Neutral. NOTE: The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: kenneth.dougherty@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. The source selection authority shall determine the relevance of similar past performance information. The full text of FAR provisions and clauses may be accessed electronically at: http://farsite.hill.af.mil/ and https://www.acquisition.gov/?q=browsefar The following solicitation provisions apply to this acquisition: FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-22 Alternative Line Item Proposal FAR 52.211-1 Availability of Specifications Listed in the GSA Index of Federal Specifications, Standards, and Commercial Item Descriptions, FPMR Part 101-29 FAR 52.215-1 Instructions to Offerors Competitive Acquisition FAR 52.222-5 Construction Wage Rate Requirements Secondary Site of the Work FAR 52.222-23 Notice of Requirements for Affirmative Action to Ensure Equal Employment Opportunity for Construction FAR 52.222-33 Notice of Requirement for Project Labor Agreement FAR 52.225-10 Notice of Buy American Requirement Construction Materials FAR 52.232-14 Notice of Availability of Progress Payments Exclusively for Small Business Concerns FAR 52.236-27 Site Visit (Construction) FAR 52.236-28 Preparation of Proposals - Construction FAR 52.252-5 Authorized Deviations in Provisions FAR 52.203-98 (DEVIATION) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation VAAR 852.211-72 Technical Industry Standards VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.270-1 Representatives of the Contracting Officer VAAR 852.273-74 Award without Exchanges Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-12 Unique Entity Identifier FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Reporting FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-10 Commencement, Prosecution, and Completion of Work FAR 52.211-18 Variation in Estimated Quantity FAR 52.213-4 Terms and Conditions Simplified Acquisition (Other than Commercial Items) FAR 52.215-2 Audit and Records - Negotiation FAR 52.219-14 Limitations on Subcontracting FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-6 Construction Wage Rate Requirements FAR 52.222-7 Withholding of Funds FAR 52.222-8 Payrolls and Basic Records FAR 52.222-9 Apprentices and Trainees FAR 52.222-10 Compliance with Copeland Act Requirements FAR 52.222-11 Subcontracts (Labor Standards) FAR 52.222-12 Contract Termination Debarment FAR 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations FAR 52.222-14 Disputes Concerning Labor Standards FAR 52.222-15 Certification of Eligibility FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-27 Affirmative Action Compliance Requirements for Construction FAR 52.222-29 Notification of Visa Denial FAR 52.222-30 Construction Wage Rate Requirements Price Adjustment (None or Separately Specified Method) FAR 52.222-34 Project Labor Agreement FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-9 Buy American Construction Materials FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.227-1 Authorization and Consent FAR 52.232-5 Payments under Fixed-Price Construction Contracts FAR 52.232-16 Progress Payments Alt I FAR 52.232-27 Prompt Payment for Construction Contracts FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes Alt I FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.236-2 Differing Site Conditions FAR 52.236-3 Site Investigation and Conditions Affecting the Work FAR 52.236-5 Material and Workmanship FAR 52.236-6 Superintendence by the Contractor FAR 52.236-7 Permits and Responsibilities FAR 52.236-8 Other Contracts FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements FAR 52.236-10 Operations and Storage Areas FAR 52.236-11 Use and Possession Prior to Completion FAR 52.236-12 Cleaning Up FAR 52.236-13 Accident Prevention FAR 52.236-26 Preconstruction Conference FAR 52.242-14 Suspension of Work FAR 52.243-4 Changes FAR 52.243-5 Changes and Changed Conditions FAR 52.244-6 Subcontracts for Commercial Items FAR 52.246-12 Inspection of Construction FAR 52.249-10 Default (Fixed-Price Construction) FAR 52.251-1 Government Supply Sources FAR 52.253-1 Computer Generated Forms FAR 52.252-6 Authorized Deviations in Clauses FAR 52.203-99 (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements VAAR 852.203-70 Commercial Advertising VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside VAAR 852.232-72 Electronic Submission of Payments Requests VAAR 852.236-71 Specifications and Drawings for Construction VAAR 852.236-72 Performance of work by the Contractor VAAR 852.236-74 Inspection of Construction VAAR 852.236-76 Correspondence VAAR 852.236-77 Reference to standards VAAR 852.236-78 Government Supervision VAAR 852.236-80 Subcontracts and Work Coordination VAAR 852.236-82 Payments under fixed-price construction contracts (without NAS) VAAR 852.236-85 Supplementary Labor Standards Provisions VAAR 852.236-86 Workers Compensation VAAR 852.236-87 Accident Prevention VAAR 852.236-88 Contract Changes - Supplement VAAR 852.236-89 Buy American Act VAAR 852.236-91 Special Notes VAAR 852.273-76 Electronic Invoice IL-001AL-11-15-A Subcontracting Plan - Monitoring and Compliance: This solicitation includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing the contractor's compliance with the plan, including reviewing the contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting plan.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0448/listing.html)
- Document(s)
- Attachment
- File Name: VA786-17-Q-0448 VA786-17-Q-0448.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455013&FileName=VA786-17-Q-0448-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455013&FileName=VA786-17-Q-0448-000.docx
- File Name: VA786-17-Q-0448 ATTACHMENT A WORK SPECIFICATIONS.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455014&FileName=VA786-17-Q-0448-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455014&FileName=VA786-17-Q-0448-001.pdf
- File Name: VA786-17-Q-0448 ATTACHMENT B WAGE DETERMINATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455015&FileName=VA786-17-Q-0448-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455015&FileName=VA786-17-Q-0448-002.docx
- File Name: VA786-17-Q-0448 ATTACHMENT C - PPQ.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455016&FileName=VA786-17-Q-0448-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455016&FileName=VA786-17-Q-0448-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-17-Q-0448 VA786-17-Q-0448.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3455013&FileName=VA786-17-Q-0448-000.docx)
- Place of Performance
- Address: COLD HARBOR NATIONAL CEMETERY;6038 COLD HARBOR BLVD;VA
- Zip Code: 23111
- Zip Code: 23111
- Record
- SN04489783-W 20170430/170428234455-66b2d0abafb6e7247a52c555c92ec146 (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 |