Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2019 FBO #6301
SOLICITATION NOTICE

S -- NATIONAL SHRINE PROJECT - ALTON Millennium Project; upright headstones, raise, lower, realignment, reset, backfill and turf renovation. TIERED EVALUATIONS

Notice Date
2/21/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
JOHN M. CARLOCK;NATIONAL CEMETERY ADMINISTRATION;MIDWEST DISTRICT;575 N. PENNSYLVANIA STREET, SUITE 495
 
ZIP Code
46204
 
Solicitation Number
36C78619Q0139
 
Archive Date
3/13/2019
 
Point of Contact
JOHN.CARLOCK@VA.GOV
 
Small Business Set-Aside
N/A
 
Description
RFQ USING TIERED EVALUATION GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78619Q0139 Post Date: 02/21/2019 Original Response Date: 03/14/2019 at 12:00 pm EST Applicable NAICS: 561730 NAICS Size Standard: $7.5 Million Classification Code: S208 Set Aside Type: Tiered Evaluations Period of Performance: 90 Days Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 575 N. Pennsylvania Street, Suite 495 Indianapolis, IN 46204 Place of Performance: Alton National Cemetery 600 Pearl Street Alton, IL 62003 Attachments: Schedule of Services Scope of Work Specifications Wage Determinations No. 2015-5075 Revision 11; 12/26/2018 Past Performance Questionnaire Exhibits 1-7 of NCA forms 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 36C78619Q0139. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective 26 October 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 Alton National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to Realign, Reset & Clean Upright headstones and to perform ground surface renovation/re-establish turf at Alton National Cemetery, Alton, IL following National Cemetery Administration standards. Units and services to be in accordance with Statement of Work, Technical Specifications, and the 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. Responses to this Request for Quotes (RFQ) are due to the Contracting Officer no later than 12:00 pm Eastern Standard Time (EST) on 03/14/2019. 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 March 10, 2019. Questions pertaining to this announcement shall be sent by email to: john.carlock@va.gov. Questions will not be addressed using the telephone. QUOTE FORMAT AND SUBMISSION INFORMATION: Quotes shall be submitted via email ONLY: John.carlock@va.gov Solicitation Notice of Tiered Evaluations This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) WOSB concerns, and (4) small business concerns. Offers will be evaluated within the lowest tier level before consideration is given to the next tier level offers. Offers will be evaluated to determine if the offer meets the Government s requirements as well as fair and reasonable pricing. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. 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. 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 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 determine TECHNICAL ACCEPTABILTY: Technical Ability Demonstrated experience performing all elements of this requirement. Key Personnel Successful past performance Use of Sub-Contractors Pricing: 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. 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 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. Explain past experience in performing similar work. Proposed Key personnel with resumes. Past Performance Questionnaire. 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. 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 (Oct 2018) 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 (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018) 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 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(44), (b)(46), (b)(47), (b)(49), (b)(55), (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) Employee Class Monetary Wage Fringe Benefits Gardening WG4 $16.74 + $4.50 Gardening WG6 $19.95 + $4.50 Gardening WG8 $23.05+ $4.50 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2019); 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/VANCA/VANCA/36C78619Q0139/listing.html)
 
Place of Performance
Address: ALTON NATIONAL CEMETERY;600 PEARL STREET;ALTON, IL
Zip Code: 62003
Country: USA
 
Record
SN05228837-F 20190223/190221230045 (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.