SOLICITATION NOTICE
S -- **TIERED EVALUATION** Fort Missoula Post Cemetery Full Service Cemetery Operations Base plus 4 option years
- Notice Date
- 7/3/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 812220
— Cemeteries and Crematories
- Contracting Office
- Department of Veterans Affairs;National Cemetery Administration;Contracting Services;155 Van Gordon Street;Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- 36C78620Q0001
- Response Due
- 8/2/2019
- Archive Date
- 8/22/2019
- Point of Contact
- Kelly.Rima@va.gov
- Small Business Set-Aside
- N/A
- Description
- RFQ USING TIERED EVALUATION GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0001 Post Date: 7/03/2019 Original Response Date: 08/02/2019 at 12:00 pm EST Applicable NAICS: 812220 NAICS Size Standard: $20.5 Million Classification Code: S208 Set Aside Type: N/A Period of Performance: Base year plus 4 option years Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 155 Van Gordon Street, Suite 510 Lakewood, CO 80228 Place of Performance: Fort Missoula Post Cemetery CCC Road 2 blocks South of Ave W Missoula, MT 59804 Attachments: Scope of Work Schedule of Services Wage Determinations No. 15-5393 Rev 7 Dated 01/01/2019 Past Performance Questionnaire 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 36C78620Q0001. 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 full Cemetery operations, to include headstone maintenance, interments operations, grounds maintenance, snow removal and trash removal at the Fort Missoula Post Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide full Cemetery operations for Fort Missoula Post Cemetery 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 08/02/2019. 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 Monday, July 29, 2019. Questions pertaining to this announcement shall be sent by email to: kelly.rima@va.gov. Questions will not be addressed using the telephone. A site visit is scheduled on Wednesday, July 24, 2019. NCA representative will be available from 9:00 am to 11:00 am Mountain Time, ONLY. Currently the Fort Missoula Post Cemetery is being maintained by the Army. This is the only time the NCA representative will be on-site to tour the grounds. QUOTE FORMAT AND SUBMISSION INFORMATION: Quotes shall be submitted via email ONLY: Kelly.Rima@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 will award a firm fix contract, using FAR Part 13, Simplified Acquisition Procedures. The award will be made to a Contractor whose offer is the most advantageous to the Government, considering the administrative cost of service. Offeror will be evaluated by utilizing a comparative evaluation of offers. Although the evaluation of an Offeror and award of a contract will be made without discussion, the Government nevertheless reserves the right to conduct discussions if the Contracting Officer determines it to be necessary. 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 PROPOSAL CONTENTS: Two volumes should be submitted. Volume 1 is Pricing and Volume 2 is Technical. -Volume 1 - 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. -Volume 2 - 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. 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)(14), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(47), (b)(49), (b)(55), (c)(2), (c)(4), (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 Laborer, Grounds Maintenance WG3 $15.16 + $4.48 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-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/36C78620Q0001/listing.html)
- Place of Performance
- Address: Fort Missoula Post Cemetery;CCC Road 2 blocks S of South Ave W;Missoula, Montana
- Zip Code: 59804
- Country: USA
- Zip Code: 59804
- Record
- SN05360453-F 20190705/190703230042 (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 |