Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
DOCUMENT

S -- MISSOULA CEMETERY - Full Cemetery Operation Service Base plus 4 option years - Attachment

Notice Date
9/10/2019
 
Notice Type
Attachment
 
NAICS
812220 — Cemeteries and Crematories
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Contracting Services;155 Van Gordon Street;Lakewood, CO 80219
 
ZIP Code
80219
 
Solicitation Number
36C78620Q0047
 
Response Due
10/10/2019
 
Archive Date
10/30/2019
 
Point of Contact
Kelly.Rima@va.gov
 
E-Mail Address
kelly.rima@va.gov
(kelly.rima@va.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0047 Post Date: 9/10/2019 Original Response Date: 10/10/2019 at 14:00 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 8 Dated 07/26/2019 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 36C78620Q0047. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-04 Effective 6 September 2019. 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 14:00 pm Eastern Standard Time (EST) on 10/10/2019. 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, September 30, 2019. Questions pertaining to this announcement shall be sent by email to: kelly.rima@va.gov. Questions will not be addressed using the telephone. NO site visit is scheduled. Offerors are encouraged to visit the site on their own and submit any questions via RFI to Kelly.Rima@va.gov before September 30, 2019. QUOTE FORMAT AND SUBMISSION INFORMATION: Quotes shall be submitted via email ONLY: Kelly.Rima@va.gov 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. 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/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 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 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.223-1 Biobased Product Certification (May 2012) FAR 52.233-2 Service of Protest (Sept 2006) VAAR 852.233-70 Protest Content /Alternative Dispute Resolution (Oct 2018) VAAR 852.233-71 Alternate Protest Procedure (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 52.203-17 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 52.216-18 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) (September 30, 2019) 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) FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 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 (Jan 2008) 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)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(47)(i), (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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78620Q0047/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78620Q0047 36C78620Q0047.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146935&FileName=36C78620Q0047-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146935&FileName=36C78620Q0047-000.docx

 
File Name: 36C78620Q0047 SOW - Missoula 060519.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146936&FileName=36C78620Q0047-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146936&FileName=36C78620Q0047-001.pdf

 
File Name: 36C78620Q0047 Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146937&FileName=36C78620Q0047-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146937&FileName=36C78620Q0047-002.docx

 
File Name: 36C78620Q0047 Missoula SCA WD 072619.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146938&FileName=36C78620Q0047-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146938&FileName=36C78620Q0047-003.docx

 
File Name: 36C78620Q0047 Past Performance Questionaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146939&FileName=36C78620Q0047-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146939&FileName=36C78620Q0047-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Fort Missoula Post Cemetery;CCC Road 2 blocks S of South Ave W;Missoula, Montana
Zip Code: 59804
 
Record
SN05438998-W 20190912/190910231330-f01bf6e2a9f4ec2c41964c84d0fa5674 (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.