Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
DOCUMENT

R -- Headstone Raise Realign / Turf Renovation - Yellowstone National Cemetery - Attachment

Notice Date
9/14/2018
 
Notice Type
Attachment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NATIONAL CEMETERY ADMINISTRATION;CONTINENTAL DISTRICT;155 VAN GORDON STREET, SUITE 510;LAKEWOOD, CO 80228
 
ZIP Code
80228
 
Solicitation Number
36C78618Q9727
 
Response Due
9/21/2018
 
Archive Date
10/11/2018
 
Point of Contact
KELLY.RIMA@VA.GOV
 
E-Mail Address
kelly.rima@va.gov
(kelly.rima@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9727 Post Date: 09/14/2018 Original Response Date: 09/21/2018 at 12:00 pm EST Applicable NAICS: 238990 NAICS Size Standard: $15 Million Classification Code: R499 Set Aside Type: 100% Small Business Period of Performance: 90 Days Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 155 Van Gordon Street, Suite 510 Lakewood, CO 80228 Place of Performance: Yellowstone National Cemetery 55 Buffalo Trail Road Laurel, MT 59044 Attachments: Scope of Work which includes Wage Determinations No. 15-5389 Rev 6 Dated 08/01/2018 and MT180069 Dated 09/14/2018 Past Performance Reference List This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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 Quote (RFQ), solicitation number 36C78618Q9727. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective 20 July 2018. 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 Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract. Scope: The contractor shall be responsible for providing raise & realignment services at Yellowstone National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete raise & realignment services for Yellowstone National Cemetery following National Cemetery Administration standards. 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 Item (CLIN). 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. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. Please see attachment 10 in the Statement of Work. Responses to this Request for Quotes (RFQ) are due to the Contracting Officer no later than 12:00 pm Eastern Standard Time (EST) on 09/21/2018. Responses to this announcement will result in a Firm-Fixed Price Contract and 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 any and all amendments or additional information concerning this announcement at https://fbo.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than Wednesday, September 19, 2018. Questions pertaining to this announcement shall be sent by email to: kelly.rima@va.gov. Questions will not be addressed using the telephone. QUOTE FORMAT AND SUBMISSION INFORMATION: Quotes shall be submitted via email ONLY: Email: Kelly.Rima@va.gov Evaluation Process: The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Evaluations will be conducted on the three tier method. First tier is SDVOSB, Second tier is VOSB and the third/final tier will be small business. The intention of the VA/NCA is to award to SDVOSB, but will only be issuing this one combined solicitation/synopsis. 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. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that 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 offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Technical Ability Demonstrated experience performing all elements of this requirement. Demonstrated qualifications to perform services Key Personnel Staffing plan Pricing PROPOSAL CONTENTS: Two volumes should be submitted. Volume 1 is Pricing and Volume 2 is Technical. -Volume 1 - Technical Package for Evaluation Documentation to evaluate the technical ability of Offeror: Explain past experience in performing similar work. Explain the technical approach on how your company will perform the project. Include how the company and subcontractors will assign and perform work under this contract. Proposed Key personnel with resumes. Staffing plan. Past Performance Reference List. (Attachment 6) The offeror is responsible for providing at least three (3) references of their choosing. The references chosen by the offer should be selected based on past projects of the same or similar work. -Volume 2 - Pricing Offer letter on Company letterhead which includes the following: Legal Business/Company Name (as listed in www.sam.gov ) DUNS Number Point of Contact/Authorized Negotiator Telephone number for contact Email address for contact person List any exceptions to the requirements. Schedule of Supplies/Services with Quoted amounts. (Attachment 10) Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ 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. 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 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) 001AL-11-15-B Subcontracting Commitments Monitoring and Compliance (June 2011) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-79 Commercial Advertising (May 2008) 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 (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(12), (b)(22), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(33)(i), (b)(42), (b)(47), (b)(49), (b)(56), (c)(2), (c)(3), (c)(5), (c)(8), and (c)(9). (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9727/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q9727 36C78618Q9727.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593473&FileName=36C78618Q9727-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593473&FileName=36C78618Q9727-000.docx

 
File Name: 36C78618Q9727 SOW Yellowstone 14SEP18.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593474&FileName=36C78618Q9727-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4593474&FileName=36C78618Q9727-001.pdf

 
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: YELLOWSTONE NATIONAL CEMETERY;55 BUFFALO TRAIL ROAD;LAUREL, MONTANA
Zip Code: 59044
 
Record
SN05089802-W 20180916/180914230812-04cdf98b7b87e1565d6f2e1b799649b7 (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.