DOCUMENT
S -- HEADSTONE RAISE AND REALIGNMENT SERVICES FOR PORT HUDSON NATIONAL CEMETERY - Attachment
- Notice Date
- 5/18/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309;STAFFORD, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q0367
- Response Due
- 6/15/2018
- Archive Date
- 7/30/2018
- Point of Contact
- KENNETH DOUGHERTY
- E-Mail Address
-
CO'S EMAIL ADDRESS
(KENNETH.DOUGHERTY@VA.GOV)
- Small Business Set-Aside
- N/A
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q0367 Post Date: 05/18/2018 Original Response Date: 06/15/2018 at 4:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: Unrestricted Period of Performance: 90 days from receipt of notice to proceed Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Port Hudson National Cemetery 20978 Port Hickey Zachary, LA 70791 Attachments: A Wage Determination for East Baton Rouge Parish B Performance Work Statement C Past Performance Questionnaire D - List of References 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 solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, 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. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 06/15/2018. Responses to this announcement will result in a Firm-Fixed Price Contract with FOB Destination 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. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) days before the closing date of the solicitation. Questions will not be addressed using the telephone. 001AL-11-15-B Limitations on Subcontracting Monitoring and Compliance (June 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. 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 contractor compliance with the subcontracting commitments incorporated into the contract. 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 contract 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 commitments. 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 a one or all sites constitute grounds for a claim after contract award. A Pre-Proposal Conference and Site Visit will be held at Port Hudson National Cemetery, 20978 Port Hickey Road, Zachary, LA 70791. -Pre-Proposal Conference will be held in the Administration Building Employee Break Room on 6 June 2018 at 10:00 am Central Standard Time (CST). -Due to the room size limitations, Offerors are encouraged to notify the Contracting Officer of their plan to attend. Notification should include: Company Name, Address, Names of Attendees, and Phone Number. Attendance Notification should be received via email Kenneth.dougherty@va.gov no later than June 4, 2018 at 2:00 pm Eastern Standard Time (EST). -If an Offeror plans on conducting a site visit/inspection of the Port Hudson National Cemetery, the Offeror must contact one of the following personnel to make arrangements: Mr. Maurice Roan, Cemetery Director, (p) (225) 654-1988 or (e) Maurice.roan@va.gov Mr. Skipper Solomon, Assistant Director, (p) (601) 445-4981 or (e) Skipper.solomon@va.gov All interested Offerors are urged and expected to perform a site visit prior to responding to this solicitation. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. The U.S. Department of Veterans Affairs, National Cemetery Administration, and Port Hudson National Cemetery anticipates a firm fixed price contract for raise and realignment services to be performed within 90 days from receipt of notice to proceed. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 million. The National Cemetery Administration is seeking quotes from qualified businesses for the provision of headstone raise and realignment services. Period of Performance: 90 days from receipt of the notice to proceed letter. Scope: The contractor shall be responsible for providing raise and realignment services for Port Hudson National Cemetery located at 20978 Port Hickey Road, Zachary, LA, 70791. Price Schedule PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete raise & realignment services to Port Hudson National Cemetery following National Cemetery Administration standards. Contract period will be 90 days from receipt to the notice to proceed. 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 bid price and the total of the CLINs will be recomputed accordingly. Line Item Description Quantity Unit Unit Price Total Price 0001 Raise/lower, realign, level, backfill upright marble headstones in Sections N and O. Includes surveying and installation. 583 EA $______ $______ 0002 Level topsoil surface, renovate and re-establish turf grass stand in Sections N and O. 33,479 SF $______ $______ 0003 Clean upright marble headstones 583 EA $______ $______ Total Price: $______________ Services to be Provided: See Attachment B Performance Work Statement POST AWARD CONFERENCE: Prior to commencement of work, contract awardee is required to make an appointment for a conference with the COR and/or Contracting Officer to assure that all parties understand all contractual obligations and the role that each party serves. 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 -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment C) -List of References (Attachment D) 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. End of Addenda Evaluation Process: Quotes will be evaluated in accordance with FAR 13.106-2(b)(3) Evaluation of Quotations or Offers -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Work Plan Managerial Qualifications of key personnel Technical Qualifications of key personnel Staffing Plan/List of Personnel performing work Completed Price Schedule -Past Performance. 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. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer for review. The completed list of references shall be included with the offeror s proposal submission. Basis for Award: The Government intends to award a firm fixed price contract resulting from this solicitation whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on the factors set forth below. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability. 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. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical package evaluation. If an offeror receives a technical rating of Non-Acceptable they will not be considered for award. 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.) Work 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. 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. Solicitation Provisions and Contract Clauses FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar http://www.va.gov/oal/library/vaar/index.asp The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) 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. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar http://www.va.gov/oal/library/vaar/index.asp The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (DEVIATION) VAAR 852.215-71 Evaluation Factor Commitments (Dec 2009) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(12)(i), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(33), (b)(32), (b)(33), (b)(42), (b)((47)(iii)), (b)(49), (b)(55), (c)(2), (c)(3), (c)(8), and (c)(9). Addendum to 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2018) (c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) Employee Class Monetary Wage Fringe Benefits Laborer, Grounds Maintenance WG 3-1 $12.26 + $4.41 Laborer, Grounds Maintenance WG 3-3 $13.28 + $4.41 Laborer, Grounds Maintenance WG 3-5 $14.33 + $4.41 End of Addenda End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0367/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0367 36C78618Q0367.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316839&FileName=36C78618Q0367-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316839&FileName=36C78618Q0367-000.docx
- File Name: 36C78618Q0367 Attachment A Wage Determination.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316840&FileName=36C78618Q0367-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316840&FileName=36C78618Q0367-001.docx
- File Name: 36C78618Q0367 ATTACHMENT B - PWS.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316841&FileName=36C78618Q0367-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316841&FileName=36C78618Q0367-002.pdf
- File Name: 36C78618Q0367 ATTACHMENT C - Past Performance Questionnaire.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316842&FileName=36C78618Q0367-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316842&FileName=36C78618Q0367-003.pdf
- File Name: 36C78618Q0367 ATTACHMENT D - LIST OF REFERENCES.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316843&FileName=36C78618Q0367-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316843&FileName=36C78618Q0367-004.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0367 36C78618Q0367.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316839&FileName=36C78618Q0367-000.docx)
- Place of Performance
- Address: PORT HUDSON NATIONAL CEMETERY;20978 PORT HICKEY;ZACHARY, LA
- Zip Code: 22556
- Zip Code: 22556
- Record
- SN04927803-W 20180520/180518230447-5246306922f36bc17674424c66673998 (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 |