Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2018 FBO #6230
SOLICITATION NOTICE

S -- 508-19-1-589-0001 Landscaping (VA-18-00159555)

Notice Date
12/12/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin GA 31021
 
ZIP Code
31021
 
Solicitation Number
36C24719Q0153
 
Response Due
1/16/2019
 
Archive Date
4/25/2019
 
Point of Contact
Dublin GA 31021
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 6 of 6 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS LANDSCAPING/GROUNDS MAINTENANCE General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24719Q0153 Posted Date: 12/12/2018 Original Response Date: 01/16/2019 Current Response Date: 01/16/2019 Product or Service Code: S208 Set Aside (SDVOSB): 100% SDVOSB NAICS Code: 561730 Contracting Office Address 1826 Veterans Blvd. Building 29 Annex Dublin, GA 31021 Description This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. Solicitation Number 36C24719Q0153 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. The acquisition procedures at FAR Part 13 are being utilized. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-99, June 21, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). This combined/synopsis solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is 561730, Landscaping Services. The small business size standard is $7.5 million. For more information on size standards, please visit http://www.sba.gov/size. Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. Subcontracting Commitments--Monitoring and Compliance (JUN 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. Limitations on Subcontracting-- Monitoring and Compliance (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and 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's compliance with the limitations on subcontracting or percentage of work performance requirement. The Atlanta Veteran Affairs Fort McPherson Campus, 1701 Hardee Ave SW., Atlanta, Georgia 30310 is seeking to procure Landscaping/Grounds Maintenance Services. This requirement is for a base year and four (4) one-year option periods. Offerors are therefore asked to complete the attached Price/Cost Schedule-Item Information for each period of performance in their response, and to include a Grand Total for Base year and 4 one-year Option Periods. The estimated Period of Performance is as follows: BASE YEAR: 2/1/2019 1/31/2020 OPTION YEAR 1: 2/1/2020 1/31/2021 OPTION YEAR 2: 2/1/2021 1/31/2022 OPTION YEAR 3: 2/1/2022 1/31/2023 OPTION YEAR 4: 2/1/2023 1/31/2024 BASIS OF AWARD The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (Aug 2018), applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1 Show FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-17 Ownership or Control of Offeror (NOV 2014); 852.215-70-Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009). 52.212-2 Evaluation Commercial Items (Oct 2014), the Government will award a firm fixed price contract, resulting from this solicitation on the basis of the lowest evaluated price of the offers meeting or exceeding the acceptability standards for nonprice factors, to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability to meet the Government requirement; (ii) price; and (iii) past performance. Nonprice factors will be rated on an Acceptable/Unacceptable basis. Failure to meet any of the requirements will result in a Unacceptable rating and eliminate the offeror from further consideration for contract award. To be eligible for award, an offer must be rated no less than acceptable in the non-price factors. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The offeror s quote shall be evaluated to determine if offer has the capabilities to provide Landscaping/Grounds Maintenance Services as detailed in the Statement of Work. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Technical Capabilities: Offerors will describe and provide information on their company s ability to provide the required services per the Performance Work Statement / Statement of Work and meet all required performance standards as it relates to Landscaping/Grounds Maintenance Services. The offeror shall provide a narrative on the overall technical approach methods and procedures used to meet the requirements identified in the Statement of Work. This narrative should provide evidence that the offeror understands the objectives that the contract intends to meet, the nature of the required work and the level of effort necessary to accomplish all the work. Quality Control Plan: Offeror shall provide a proposed Quality Control Plan (QCP) that describes their company ability to provide continuous quality support during transition period and throughout the life of the contract. The QCP shall address staff training plans, ability to meet the workload, methodologies for identifying and correcting changes to staff level and training, ability to provide adequate supervision, and ability to have appropriate and qualified staff. Past Performance: offeror must provide three (3) or more references of work, similar in scope, volume, magnitude and complexity for Landscaping/Grounds Maintenance Services as detailed in the Statement of Work. References must include contact information; brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure offer can perform the required services as outlined in the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Price: Offeror shall complete the Price/Cost Schedule (See attachment), with offerors proposed contract line item prices inserted in appropriate spaces. The Government will evaluate offers for award purposes by adding the total of all CLIN prices to ensure that pricing is complete. Price, including all Option Periods, will be evaluated for fair and reasonableness in accordance with FAR 12.209. Pricing should be considered FOB DESTINATION, and MUST be good for 180 calendar days after close of solicitation. (End of Evaluation Criteria) This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offerors shall list exception(s) and rationale for the exception(s). 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 contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017). The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-9, 52.204-18, 52.217-8, 52.217-9, 52.232-18, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72 and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2018). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204 10, 52.209-6, 52.219-6, 52.219-8, 52.219-9, 52.219-27, 52.219-28, 52.219-3, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62,52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. The Department of Labor Wage Determination applicable to this requirement is: WD 15-4471 (Rev -10) dated 07/10/2018. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor s determination of the appropriate classification. http://www.wdol.gov/sca.aspx LIST OF ATTACHMENTS Attachment A SOW/MAP Attachment B Price/Cost Schedule Attachment C Wage Determination Attachment D Past Performance References SITE VISIT: A site visit has been scheduled for Wednesday, January 9, 2018 @ 11:00 am at the Atlanta VA Health Care System, Fort McPherson, 1701 Hardee Avenue, SW. Atlanta, GA 30310. QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than January 14, 2019 at 1:00 pm EST to Darrell Harper, Contracting Officer at Darrell.harper2@va.gov. No questions received after this date will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response. SUBMISSION OF OFFERS: Submitted offers shall not exceed 25 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses shall NOT be accepted. Offers must be submitted via email to the Contracting Officer (CO), Darrell Harper at darrell.harper2@va.gov no later than 1:00pm (EST) on January 16, 2019. Offers received after this date and time will be considered late offers. CONTACT INFORMATION Contracting Office Address: Carl Vinson VA Medical Center 1826 Veterans Blvd. Building 29 Annex Dublin GA 31021-3600 Primary Point of Contact: Darrell Harper Contracting Officer, NCO 7 Darrell.Harper2@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DuVAMC557/DuVAMC557/36C24719Q0153/listing.html)
 
Place of Performance
Address: Atlanta Veteran Affairs Fort McPherson Campus;1701 Hardee Ave SW.;Atlanta GA.
Zip Code: 30310
Country: USA
 
Record
SN05172904-F 20181214/181212230036 (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.