SOLICITATION NOTICE
S -- Trash removal @ National Memorial Cemetery of Arizona
- Notice Date
- 2/25/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;Contracting Services;75 Barrett Heights Road, Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78619Q0206
- Response Due
- 3/11/2019
- Archive Date
- 3/31/2019
- Point of Contact
- valentin.saucedo@va.gov
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78619Q0206 Posted Date: 02-25-2019 Original Response Date: 03-11-2019 Current Response Time: 5:00pm(PST) Product or Service Code: S208 Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 562111 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Attachments: Wage Determination Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective Oct 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 562111, with a small business size standard of $35.5 Million. The National Cemetery Administration Pacific District is seeking quotes from Service Disabled Veteran Owned Small Business (SDVOSB) that are qualified to provide Trash Pick-up Services in accordance with the Statement of Work at the National Memorial Cemetery of Arizona. SUPPLIES OR SERVICES AND PRICES Contractor shall furnish all personnel, equipment, supplies and on-site supervision, except as specified here as Government Furnished, to provide Trash Pick-up Services in accordance with the Statement of Work at the National Memorial Cemetery of Arizona, 23029 N. Cave Creek Road, Phoenix, Arizona 85024. A Contracting Officer s Representative (COR) will be appointed to monitor this contract after award. The Government reserves the right to increase or decrease Schedule Units. BASE YEAR: October 1, 2018 September 30, 2019 CLIN DESCRIPTION: Trash Pick-up Services Est Qty Unit UNIT PRICE TOTAL AMOUNT 0001 2-6 cubic yard trash container with lids: pick-up 1 time a week. 52 JB $ $ 0002 1-6 cubic yard recycle container with lids: pick-up 1 time a week. 52 JB $ $ 0003 1-20 cubic yard container: on call 2 JB 0005 1-40 cubic yard container: on call, up to 20 tons. 8 JB $ $ BASE YEAR TOTAL $ OPTION YEAR ONE: October 01, 2019 September 30, 2020 CLIN DESCRIPTION: Trash Pick-up Services Est Qty Unit UNIT PRICE TOTAL AMOUNT 1001 1-40 cubic yard container pick-up up to twice a month but no less than once a month (Mon-Fri) up to 10 tons. 24 JB $ $ 1002 1-10 cubic yard container: pick-up once a month. 12 JB $ $ 1003 1-6 cubic yard trash container with lids: pick-up 1 time a week. 52 JB $ $ 1004 1-6 cubic yard recycle container with lids: pick-up 1 time a week. 52 JB $ $ 1005 1-40 cubic yard container: on call, up to 10 tons. 3 EA $ $ OPTION YEAR ONE TOTAL $ OPTION YEAR TWO: October 01, 2020 September 30, 2021 CLIN DESCRIPTION: Trash Pick-up Services Est Qty Unit UNIT PRICE TOTAL AMOUNT 2001 1-40 cubic yard container pick-up up to twice a month but no less than once a month (Mon-Fri) up to 10 tons. 24 JB $ $ 2002 1-10 cubic yard container: pick-up once a month. 12 JB $ $ 2003 1-6 cubic yard trash container with lids: pick-up 1 time a week. 52 JB $ $ 2004 1-6 cubic yard recycle container with lids: pick-up 1 time a week. 52 JB $ $ 2005 1-40 cubic yard container: on call, up to 10 tons. 3 EA $ $ OPTION YEAR TWO TOTAL $ OPTION YEAR THREE: October 01, 2021 September 30, 2022 CLIN DESCRIPTION: Trash Pick-up Services Est Qty Unit UNIT PRICE TOTAL AMOUNT 3001 1-40 cubic yard container pick-up up to twice a month but no less than once a month (Mon-Fri) up to 10 tons. 24 JB $ $ 3002 1-10 cubic yard container: pick-up once a month. 12 JB $ $ 3003 1-6 cubic yard trash container with lids: pick-up 1 time a week. 52 JB $ $ 3004 1-6 cubic yard recycle container with lids: pick-up 1 time a week. 52 JB $ $ 3005 1-40 cubic yard container: on call, up to 10 tons. 3 EA $ $ OPTION YEAR THREE TOTAL $ OPTION YEAR FOUR: October 01, 2022 September 30, 2023 CLIN DESCRIPTION: Trash Pick-up Services Est Qty Unit UNIT PRICE TOTAL AMOUNT 4001 1-40 cubic yard container pick-up up to twice a month but no less than once a month (Mon-Fri) up to 10 tons. 24 JB $ $ 4002 1-10 cubic yard container: pick-up once a month. 12 JB $ $ 4003 1-6 cubic yard trash container with lids: pick-up 1 time a week. 52 JB $ $ 4004 1-6 cubic yard recycle container with lids: pick-up 1 time a week. 52 JB $ $ 4005 1-10 cubic yard container: on call, up to 10 tons. 3 EA $ $ OPTION YEAR FOUR TOTAL $ BASE YEAR TOTAL...$ OPTION YEAR ONE TOTAL. $ OPTION YEAR TWO TOTAL....$ OPTION YEAR THREE TOTAL...$ OPTION YEAR FOUR TOTAL.. $ TOTAL CONTRACT VALUE. $ STATEMENT OF WORK Contractor shall furnish all labor and equipment to provide trash/refuse removal for the Department of Veterans, National Cemetery Administration, National Memorial Cemetery of Arizona, 23029 N. Cave Creek Road, Phoenix, Arizona 85024. Contractor will ensure the containers are rust free, neatly painted, labeled as required and maintains a presentable appearance at all times. Containers shall be in a clean and deodorized condition at all times. Rental containers shall be steam cleaned once a month. Cleaning shall not be performed on Government (VA) property; and must be performed prior to returning the container to the VA after disposal. The contractor at no additional cost to the Government shall replace containers that are considered unacceptable by the Contracting Officer s Representative (COR). Contractor shall ensure they are in full compliance with all state and local codes when disposing of all refuse. If refuse is dumped or spilled on the ground during pick-up, the contractor will be responsible to pick-up and clean up at contractor s expense. Contractor will provide a 24-hour emergency number. Emergency service shall be provided within two (2) hours of notification. Safety Requirements: Contractor will ensure all safety requirements are followed when servicing the containers. Any safety related discrepancies or hazards noted by the contractor when servicing should be corrected immediately or reported to the VA for correction. NMCA Maintenance Area: Contractor shall provide one (1) six cubic yard trash container with lids. Container must be labeled for appropriate use. Container must be capable of movement by forklift. Contractor will be required to empty the container one (1) time a week on Tuesdays. The container must be emptied only between the hours of 9am and 3pm. Price shall include all applicable disposal fees. NMCA Maintenance Area: Contractor shall provide one (1) six yard recycle container with lids. Container must be labeled for appropriate use. The container must be capable of movement by forklift. Contractor will be required to empty the container one (1) time a week on Tuesday. The container must be emptied only between the hours of 9am and 3pm. Price shall include all applicable disposal fees. NMCA Back Lot area: Contractor shall provide one (1) 40 cubic yard trash container with up to ten tons of trash when called for, up to twice a month but no less than once a month. RNC will provide a one (1) day notice when container is required. Price shall include all applicable disposal fees. NMCA Back Lot area: Contractor shall provide one (1) 10 cubic yard concrete container. Container must be labeled for appropriate use. Contractor will empty container on the third Tuesday of every month. Price should include all applicable disposal fees NMCA Back Lot area: Contractor shall provide one (1) 40 cubic yard trash container on call 3 times a year for situations where the 2 pick-ups a month are not enough. These containers will be used at the CORs discretion. Price shall include all appropriate disposal fees. The Contracting Officer is responsible for the administration of this contract. The Contracting officer is the only individual authorized, to the extent indicated in this contract, to take action on behalf of the Government, which may result in changes in the contract terms, to include deviations from the statement of work, details, and performance schedules. Communications pertaining to contractual matters shall be addressed to the Contracting Officer. No changes in or deviation from the scope of work shall be affected without a written modification to the contract executed by the Contracting Officer. No oral statements of any person whosoever will, in any matter or degree, modify or otherwise affect the terms of this contract. MODIFICATIONS: Any modification to the contract shall be in writing. VA s Contracting Officer prior to becoming effective will prepare the modification. NATIONAL HOLIDAYS: VA observed Federal Holidays are: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December When a National Holiday falls on a Sunday, the following Monday shall be observed as a National Holiday. When a National Holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government agencies. Also included, would be any other day, specifically declared by the President of the United States of America to be a National Holiday. *** If a performance day falls on a Federal holiday, performance may be rescheduled with the appropriate COR*** DESIGNATION OF CONTRACTING OFFICER S REPRESENTATIVE (COR): A Representative of the contracting Officer (COR) will be designated to represent the Contracting Officer in furnishing technical guidance and advise under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to Contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the Contracting Officer and shall not be delegated. CONTRACTOR PERSONNEL: The Contractor shall provide a Program Manager who shall be responsible for the performance of work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s program manager shall have full authority to act for the Contractor on all matters relating to daily operations of this contract. Company Name: Address: Phone No: Fax No: Program Manager Name: Email: Contractor Employees. The Contractor shall not employ persons for work on this BPA if such employee is identified to the Contractor as a potential threat to the health, safety, security, general wellbeing or operational mission of the installation and its population. End of Statement of Work 52.212-2 -COMPARATIVE EVALUATION FAR 13.106-2 (b)(2) (a) The Government will award a 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. Comparative Evaluations is the act of comparing two or more offers in response to the RFQ. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which provides the government with is needed, as identified in the RFQ. The comparison also performed to compare each offeror to one another to determine which provides the best benefit to the government. 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 -Pricing 1.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. 2. Technical Acceptability a) Demonstrated experience performing this requirement b) Demonstrated qualifications to perform services c) Use of Sub-Contractors 3. Past Performance 4. SDVOSB Status verification in CVE -Proposal Contents -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: 1. Experience of company and subcontractors anticipated to perform work under this contract 2. Managerial & Technical Qualifications of key personnel 3. Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing 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. 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 Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CS. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a Service Disabled Veteran Owned Small Business set-aside for services as defined herein. The government intends to award a purchase order as a result of this RFQ 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:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Contracting Specialist via email: Valentin Saucedo, valentin.saucedo@va.gov and mary.accomando@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 Phone number: 510-637-6288 NLT March 11, 2019 by 5:00pm (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. For Site Visits or any questions, concerns regarding this solicitation should be submitted in writing via e-mail to; valentin.saucedo@va.gov The following contract clauses apply to this acquisition: 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/ FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (OCT 2018) 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 Refuse Collector 20.99 VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 (Oct 2018) 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days) FAR 52.216-21 Requirements (OCT 1995) [see 16.506(d)(1)] [F][C] FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) [use when options are included; see 17.208(g)] FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-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/36C78619Q0206/listing.html)
- Record
- SN05232314-F 20190227/190225230036 (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 |