Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

S -- Springfield National Cemetery - Total Cemetery Maintenance Subject to Availability of FY21 Funds.

Notice Date
9/15/2020 6:20:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812220 — Cemeteries and Crematories
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78621Q0008
 
Response Due
9/25/2020 11:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
317-916-3863, John M. Carlock, Phone: 317-916-3863
 
E-Mail Address
john.carlock@va.gov
(john.carlock@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type:���������������������� Combined Synopsis Solicitation Solicitation Number:���������������� 36C78621Q0008 Post Date:�������������������������������� 8/14/2020 Amendment 0001 - Extend response date to 9/14/2020 Original Response Date:���������� 9/04/2020 at 11:59 pm, Eastern Standard Time Applicable NAICS:����������������� 561730 Classification Code:����������������� S208 Set Aside Type:����������������������� SDVOSB Period of Performance:������������ Date of Award thru 365 calendars days with 4 one year options if exercised Issuing Contracting Office:������ Department of Veterans Affairs ����������������������������������������������� National Cemetery Administration, Contract Services ����������������������������������������������� 575 N. Pennsylvania Street, Ste 495 ����������������������������������������������� Indianapolis, IN 46204 Place of Performance:�������������� Springfield National Cemetery ����������������������������������������������� 1702 East Seminole Street ����������������������������������������������� Springfield. Attachments:��������������������������� A � Performance Work Statement ����������������������������������������������� B � Wage Determination No. 2015-5087, Revision 12 ����������������������������������������������� C � 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number ��36C78621Q0008. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 Effective 07-02-2020. This solicitation is being issued as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. If award cannot be made, the solicitation will be cancelled, and the requirement may be resolicited. The applicable North American Industrial Classification System (NAICS) code for this procurement is 812220, with a business size standard of $20.5 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 IDIQ Contract.� A.1 Scope:� The contractor shall be responsible for providing the services listed in the Price Schedule at Springfield National Cemetery, located in Springfield, MO 65804. (a)� Period of Performance: Date of Award thru 365 calendar days with (4) One-Year options if exercised.� (b)� Contractor shall provide all labor, supervision, material, equipment (see Attachment A and Attachment B), tools and supplies to provide total cemetery maintenance services such as complete grave excavations, interments, and grounds and facility maintenance services to maintain Springfield National Cemetery, 1702 East Seminole Street, Springfield, MO 65804 following National Cemetery Administration standards. Units and services to be by Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. A.2�� SCHEDULE OF SUPPLIES OR SERVICES AND PRICES/COSTS: � BASE YEAR (Date of Award thru 365 calendar days) � CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 0001 Grounds Maintenance Services (Includes:� turf maintenance, plant, and tree maintenance, mowing (improved turf areas and unimproved native turf areas), weed eating, removal of leaves and debris, sweeping or blowing off of roads and walkways, trash removal; floral pick-up; snow and ice removal 12 MO $ $ 0002 Irrigation system maintenance and operation, 9 MO $ $ 000 3 Headstone Cleaning and Maintenance (4000 headstones cleaned) 6000 EA $ $ 0004 Headstone Setting and Alignment 200 EA $ $ 0005 Fine Tune and Alignment 4000 EA $ $ 0006 Raise and Re-alignment 1500 EA $ $ 0007 Sunken Grave Repair 100 EA $ $ 0008 Interment, Grave Excavation and Backfilling (Casket) 60 EA $ $ 0009 Interment, Grave Excavation and Backfilling (Cremains) 75 EA $ $ 0010 Placement and Removal of Flags (Grave Flags) 12,000 EA $ $ 0011 Placement and Removal of Flags (50 Avenue Flags) (twice yearly) 100 EA $ $ 0012 Cleaning and Maintenance of Public Restrooms 270 EA $ $ 0013 Storm Cleanup 3 EA $ $ Base Year: Total Estimated Price: $ � � � OPTION PERIOD 1: CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 1001 Grounds Maintenance Services (Includes:� turf maintenance, plant and tree maintenance, mowing (improved turf areas and unimproved native turf areas), weed eating, removal of leaves and debris, sweeping or blowing off of roads and walkways, trash removal; floral pick-up; snow and ice removal 12 MO $ $ 1002 Irrigation system maintenance and operation, 9 MO $ $ 1003 Headstone Cleaning and Maintenance (4000 headstones cleaned) 6000 EA $ $ 1004 Headstone Setting and Alignment 200 EA $ $ 1005 Fine Tune and Alignment 4000 EA $ $ 1006 Raise and Re-alignment 1500 EA $ $ 1007 Sunken Grave Repair 100 EA $ $ 1008 Interment, Grave Excavation and Backfilling (Casket) 60 EA $ $ 1009 Interment, Grave Excavation and Backfilling (Cremain) 75 EA $ $ 1010 Placement and Removal of Flags (Grave Flags) 12,000 EA $ $ 1011 �Placement and Removal of Flags (50 Avenue Flags) (twice yearly) 100 EA $ $ 1012 Cleaning and Maintenance of Public Restrooms 270 EA $ $ 0013 Storm Cleanup 3 EA $ $ OPTION ONE PERIOD: Total Estimated Price: $ � � ��������������������������� � OPTION PERIOD 2: CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 2001 Grounds Maintenance Services (Includes:� turf maintenance, plant, and tree maintenance, mowing (improved turf areas and unimproved native turf areas), weed eating, removal of leaves and debris, sweeping or blowing off of roads and walkways, trash removal; floral pick-up; snow and ice removal 12 MO $ $ 2002 Irrigation system maintenance and operation, 9 MO $ $ 2003 Headstone Cleaning and Maintenance (4000 headstones cleaned) 6000 EA $ $ 2004 Headstone Setting and Alignment 200 EA $ $ 2005 Fine Tune and Alignment 4000 EA $ $ 2006 Raise and Re-alignment 1500 EA $ $ 2007 Sunken Grave Repair 100 EA $ $ 2008 Interment, Grave Excavation and Backfilling (Casket) 60 EA $ $ 2009 Interment, Grave Excavation and Backfilling (Cremain) 75 EA $ $ 2010 Placement and Removal of Flags (Grave Flags) 12,000 EA $ $ 2011 Placement and Removal of Flags (50 Avenue Flags) (twice yearly) 100 EA $ $ 2012 Cleaning and Maintenance of Public Restrooms 270 EA $ $ 2013 Storm Cleanup 3 EA $ $ OPTION TWO PERIOD: Total Estimated Price: $ � � �� � ������������������������� � OPTION PERIOD 3: CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 3001 Grounds Maintenance Services (Includes:� turf maintenance, plant and tree maintenance, mowing (improved turf areas and unimproved native turf areas), weed eating, removal of leaves and debris, sweeping or blowing off of roads and walkways, trash removal; floral pick-up; snow and ice removal 12 MO $ $ 3002 Irrigation system maintenance and operation, 9 MO $ $ 3003 Headstone Cleaning and Maintenance (4000 headstones cleaned) 6000 EA $ $ 3004 Headstone Setting and Alignment 200 EA $ $ 3005 Fine Tune and Alignment 4000 EA $ $ 3006 Raise and Re-alignment 1500 EA $ $ 3007 Sunken Grave Repair 100 EA $ $ 3008 Interment, Grave Excavation and Backfilling (Casket) 60 EA $ $ 3009 Interment, Grave Excavation and Backfilling (Cremain) 75 EA $ $ 3010 Placement and Removal of Flags (Grave Flags) 12,000 EA $ $ 3011 Placement and Removal of Flags (50 Avenue Flags) (twice yearly) 100 EA $ $ 3012 Cleaning and Maintenance of Public Restrooms 270 MO $ $ 3013 Storm Cleanup 3 EA � � OPTION THREE PERIOD: Total Estimated Price: $ � � ��������������������������������������� � � � � � � � � � � � OPTION PERIOD 4: CLIN ITEM EST. QTY UNIT UNIT PRICE TOTAL PRICE 4001 Grounds Maintenance Services (Includes:� turf maintenance, plant and tree maintenance, mowing (improved turf areas and unimproved native turf areas), weed eating, removal of leaves and debris, sweeping or blowing off of roads and walkways, trash removal; floral pick-up; snow and ice removal 12 MO $ $ 4002 Irrigation system maintenance and operation, 9 MO $ $ 4003 Headstone Cleaning and Maintenance (4000 headstones cleaned) 6000 EA $ $ 4004 Headstone Setting and Alignment 200 EA $ $ 4005 Fine Tune and Alignment 4000 EA $ $ 4006 Raise and Re-alignment emplace 1500 EA $ $ 4007 Sunken Grave Repair 100 EA $ $ 4008 Interment, Grave Excavation and Backfilling (Casket) 60 EA $ $ 4009 Interment, Grave Excavation and Backfilling (Cremain) 75 EA $ $ � 4010 Placement and Removal of Flags (Grave Flags) 12,000 EA $. $ 4011 Placement and Removal of Flags (50 Avenue Flags) (twice yearly) 100 EA $ $ 4012 Cleaning and Maintenance of Public Restrooms 270 MO $ $ 4013 Storm Cleanup 3 EA $ $ OPTION FOUR PERIOD: Total Estimated Price: $ �������������������������������� Aggregated total for base and 4 option years:���� $____________________________ Note:� Quoters will include a price for all Contract Line Item Number (CLIN�s).� Failure to submit a price for all items will be cause for rejection of offer. � SITE VISIT:� Pre-bid site visit inspection is highly recommended, contact the Director, Assistant Director or Contracting Officer�s Representative (COR) at 417-281-9499 to schedule visit. Any questions that may arise during or after the site visit MUST be directed to the Contracting Officer ONLY. Any answers received outside of the Contracting Officer are merely speculation and can�t be considered factual until formerly addressed by amendment to the solicitation. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 23:59 Eastern time on 09/04/2020.� Responses to this announcement will result in a Firm-Fixed Price IDIQ 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 August 24, 2020 12:00 Noon Eastern Time.� 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 Redacted copy of Technical Plan Signed SF-1449 � -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation: (See Technical Acceptability for required content) -Past Performance Questionnaire � Quotes shall be submitted via email ONLY: Email: John.Carlock@va.gov � 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 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 fairness and reasonableness. 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. Technical Acceptability Qualification of all Personnel (training, experience, certifications) Equipment List MSDS for all chemicals being used List of Subcontractors business names (if being used) (what CLINs the subs will be performing) Write up detailing the technical methods and management Quality Control Plan Number of hours you believe each CLIN requires Number of employees you expect per CLIN requires Gantt Chart � 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). 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 (JUN 2020) 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� Mail:� � 575 N. Pennsylvania Street, Ste. 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 https://www.sam.gov in accordance with FAR 52.212-3 �Offerors Representations and Certifications � Commercial Items. (Mar 2020)� 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 (JUN 2020) 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 365 calendar days, & 4 options if exercised) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $10,000.00 | $150,000.00| 30 days) 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 852.219-74, 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� (JUL 2020) 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
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f5336e67afe643be8dbf3fbfcc0f6b3b/view)
 
Place of Performance
Address: SPRINGFIELD NATIONAL CEMETERY 1702 East Seminole Street, Springfield 65804, USA
Zip Code: 65804
Country: USA
 
Record
SN05797920-F 20200917/200915230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.