Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOLICITATION NOTICE

S -- FY 20 New - Midwest District - Jefferson Barracks Natl Cemetery - setting of upright headstones and flat markers TIERED EVALUATION

Notice Date
7/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
DEPARTMNET OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309
 
ZIP Code
22556
 
Solicitation Number
36C78619Q0394
 
Response Due
8/7/2019
 
Archive Date
9/6/2019
 
Point of Contact
john.carlock@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 19 of 19 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78619Q0394 Post Date: 07/10/2019 Original Response Date: 08/07/2019 at 12:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: TIERED EVALUATION: SDVOSB-VOSB-SB Period of Performance: October 1, 2019 September 30, 2020 with (4) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Jefferson Barracks National Cemetery 2900 Sheridan Road St Louis, MO 63125 Attachments: A Wage Determination No. 2015-5075, Revision 12 B Performance Work Statement C Past Performance Questionnaire D List of References 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0394. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-02 Effective June 05, 2019. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 million. 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 Requirements Contract. Scope: The contractor shall be responsible for providing headstone setting, cleaning and raise & realigning services at Jefferson Barracks National Cemetery located in St Louis, MO. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete headstone setting, cleaning, and raise & realigning services for Jefferson Barracks National Cemetery utilizing NCA 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 Items (CLINs). Quoters 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 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. BASE PERIOD: October 1, 2019 thru September 30, 2020 Line            Description                                 Est. Qty     Unit                  Unit Price                          Total Price     0001 Set new initial upright headstones 3520 EA 0002 Set replacement upright headstones. 2640 EA 0003 Set new initial flat markers 11 EA 0004 Set replacement flat markers. 275 EA 0005 Headstone cleaning 10000 EA 0006 Headstone raise, lower, realign, reset and backfill 2000 EA TOTAL CONTRACT PRICE FOR BASE PERIOD: Option Year 1: October 1, 2020 thru September 30, 2021 Line            Description                                 Est. Qty     Unit                  Unit Price                          Total Price     1001 Set new initial upright headstones 3520 EA 1002 Set replacement upright headstones. 2640 EA 1003 Set new initial flat markers 11 EA 1004 Set replacement flat markers. 275 EA 1005 Headstone cleaning 10000 EA 1006 Headstone raise, lower, realign, reset and backfill 2000 EA TOTAL CONTRACT PRICE FOR OPTION PERIOD 1: Option Year 2: October 1, 2021 thru September 30, 2022 Line            Description                                 Est. Qty     Unit                  Unit Price                          Total Price     2001 Set new initial upright headstones 3520 EA 2002 Set replacement upright headstones. 2640 EA 2003 Set new initial flat markers 11 EA 2004 Set replacement flat markers. 275 EA 2005 Headstone cleaning 10000 EA 2006 Headstone raise, lower, realign, reset and backfill 2000 EA TOTAL CONTRACT PRICE FOR OPTION PERIOD 2: Option Year 3: October 1, 2022 thru September 30, 2023 Line            Description                                 Est. Qty     Unit                  Unit Price                          Total Price     3001 Set new initial upright headstones 3520 EA 3002 Set replacement upright headstones. 2640 EA 3003 Set new initial flat markers 11 EA 3004 Set replacement flat markers. 275 EA 3005 Headstone cleaning 10000 EA 3006 Headstone raise, lower, realign, reset and backfill 2000 EA TOTAL CONTRACT PRICE FOR OPTION PERIOD 3: Option Year 4: October 1, 2023 thru September 30, 2024 Line            Description                                 Est. Qty     Unit                   Unit Price                          Total Price     4001 Set new initial upright headstones 3520 EA 4002 Set replacement upright headstones. 2640 EA 4003 Set new initial flat markers 11 EA 4004 Set replacement flat markers 275 EA 4005 Headstone cleaning 10000 EA 4006 Headstone raise, lower, realign, reset and backfill 2000 EA TOTAL CONTRACT PRICE FOR OPTION PERIOD 4: GRAND TOTAL: $_____________________ SITE VISIT: Quoters are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Jefferson Barracks National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Donald Williams, 314-845-8320 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 08/06/2019. Responses to this announcement will result in a Firm-Fixed Price Requirements 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. Quoters 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 (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. Quote Format and Submission Information: Quotes must be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address Signed SF-1449 -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment C) -List of References (Attachment D) Quotes shall be submitted via email or via mail to the following addresses: Email: john.carlock@va.gov Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 For quotes mailed, quotes shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: john.carlock@va.gov. Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price, Requirements 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. Quotes 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 having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate quotes: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable to be eligible for award in terms of reasonableness and realism. Comparison of proposed prices received in response to the solicitation. Comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for like items. Use of parametric estimating methods/application of rough yardsticks to highlight significant inconsistencies that warrant additional pricing inquiry. Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements. Comparison of proposed prices with independent Government cost estimates. Comparison of proposed prices with prices obtained through market research for the same or similar items. Analysis of pricing information provided by the offeror. Because below-cost prices are not inherently improper, when vendors are competing for award of a fixed-price contract, vendors are given notice that a business decision to submit a low-priced quotation may be considered as reflecting on their understanding of the contract requirements or the risk associated with their approach. Quoters are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Offers that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government. Technical Acceptability Qualification of all Personnel (training, experience, certifications) Sufficient Personnel/Equipment- list of all equipment to be utilized in this contract as well as staffing and the tasks they will perform, number of total persons to be on the ground working Equipment List shall have the models, horse power and ages of the motorized equipment (if applicable) List of proposed supplies List of Subcontractors business names (if being used) and the percentage of tasks and/or CLINS they will perform (Prime MUST account for 51% total labor hours) Write up detailing the technical methods and management Number of hours you believe each CLIN requires Number of employees you expect per CLIN requires What is the plan to cover/correct employee absences, vacations and low staffing levels? Please provide a Gantt chart containing the employees, equipment and hours for all tasks in the CLINs 3.Past Performance Past Performance will be evaluated for Quality of Service, Schedule, Business relations with Customers, Management of Key Personnel, Safety, Problem Resolution, Invoice Accuracy, and Overall Performance of the company in this area. Utilizing the Past Performance Questionnaire in Section D, Quoters shall provide three (3) references within the last three (3) years that are similar in size and scope and that are deemed relevant to the requirement of this solicitation. The Government will use information submitted by the offeror and other additional sources such Federal Agencies as well as commercial sources in order to access past performances. In addition, the Government will also validate past performance information by utilizing the Federal Government s Contractor Performance Assessment Reporting System (CPARS). Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED)..a quote may be considered non-responsive if a redacted copy of the technical quote is not received and/or if the technical proposal does not contain all items required and therefore may be removed from further consideration for award. The following shall be included as part of the quoters submission (See Technical Acceptability Above): Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing identify the exact work to be done. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. 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 Quoters Commercial Items (Oct 2018) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018) FAR 52.216-1 Type of Contract (APR 1984) FFP Requirements FAR 52.233-2 Service of Protest (SEPT 2006) Email: john.carlock@va.gov or Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) [over SAT] 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 Quoters must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Quoters Representations and Certifications Commercial Items. (Oct 2018) 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 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.203--17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $25,000.00| 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend Term of the Contract (Mar 2000) (30 days) FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) 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 The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(7), (b)(8), (b)(9), (b)(14i), (b)(16), (b)(18), (b19), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b(31), (b)(32), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(1), (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 WG 3-1 $14.84 + $4.50 Laborer, Grounds Maintenance WG 3-3 $16.08+ $4.50 Laborer, Grounds Maintenance WG 3-5 $17.32 + $4.50 End of Addenda End of Document See attached document: 36C78619Q0394 Wage Determination 2015-5075 Rev 12. See attached document: 36C78619Q0394 FY20 SOW Headstone setting See attached document: 36C78619Q0394 Past performance Questionnaire _ List of references. PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 36C78619Q0394 07-10-2019 John M. Carlock 317-916-3863 08-07-2019 12 pm DEPARTMNET OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION CONTRACT SERVICES 75 BARRETT HEIGHTS RD. SUITE 309 Stafford, VA 22556 100 X Y 561730 Jefferson Barracks National Cemetery 2900 Sheridan Road St Louis, MO 63125 36C786 Department of Veterans Affairs National Cemetery Administration Contracting Services 75 Barrett Heights Road, Suite 309 Stafford VA 22556 http://www.tungsten-network.com/customer -campaigns/veterans-affairs/ 1-877-752-0900 Contractor shall provide all labor, materials, transpotation to perform headstone setting, cleaning and R&R service at Jefferson Barracks National Cemetery in St Louis, MO. Period of Performance is 10/1/2019 through 9/30/2020 with (4) one-year options if exercised. Contractor Information DUNS #__________________________________ TAX ID #_________________________________ POC:_____________________________________ Email:____________________________________ This requirement is TIERED EVALUATION SDVOSB-VOSB-SB X X X 1 JOHN M. CARLOCK Contracting Officer NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-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/36C78619Q0394/listing.html)
 
Place of Performance
Address: JEFFERSON BARRACKS NATIONAL CEMETERY;2900 SHERIDAN ROAD;ST. LOUIS, MO
Zip Code: 63125
Country: USA
 
Record
SN05365757-F 20190712/190710230058 (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  © 1994-2020, Loren Data Corp.