SOLICITATION NOTICE
S -- NAD-849 FY22 New Janitorial Services (Richmond)-FY22 Janitorial Contract for the Richmond area to include the City Point, Cold Harbor, Fort Harrison, Glendale, Richmond, and Seven Pines Cemeteries.
- Notice Date
- 8/30/2021 3:47:16 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78622Q0001
- Response Due
- 9/20/2021 12:00:00 PM
- Archive Date
- 11/04/2021
- Point of Contact
- Paul Zagaruyka, Contracting Officer, Phone: 703-630-9366
- E-Mail Address
-
Paul.Zagaruyka@va.gov
(Paul.Zagaruyka@va.gov)
- Awardee
- null
- Description
- CONTINUATION PAGE RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78622Q0001 Post Date: 08/30/2021 Original Response Date: 09/20/2021 at 3:00 EST Applicable NAICS: 561720 Classification Code: S201 Set Aside Type: Tiered Evaluation (SDVOSB/VOSB/Small Business) Period of Performance: October 1st, 2021 through September 30th, 2022 with (4) one-year options, if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performance: Cemetery Location City Point National Cemetery 10th Avenue and Davis St. Hopewell, VA 23860 Cold Harbor National Cemetery 6038 Cold Harbor Rd. Mechanicsville, VA 23111 Fort Harrison National Cemetery 8620 Varina Road Richmond, VA 23231 Glendale National Cemetery 8301 Willis Church Rd. Richmond, VA 23231 Richmond National Cemetery 1701 Williamsburg Rd. Richmond, VA 23231 Seven Pines National Cemetery 400 E. Williamsburg Rd. Sandston, VA 23150 Attachments: A Statement of Work B Wage Determination No. 2015-4313, Rev 16 Dated 7/21/2021 C Price/Cost Schedule D 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 36C78622Q0001. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-01 eff 10/01/2020. SOLICITATION NOTICE OF TIERED EVALUATIONS This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. 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. Any vendor claiming SDVOSB or VOSB status must be registered as such at https://www.vip.vetbiz.va.gov/ before the solicitation closes. Any offer rendered, of which SDVOSB or VOSB status is claimed which are not registered, may be considered non-responsive and may not be accepted. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561720, with a business size standard of $19.5 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 Contract. 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 stand-alone Contract. Scope: The contractor shall be responsible for providing janitorial services at the Richmond National Cemetery Complex. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete janitorial services for the Richmond National Cemetery Complex following National Cemetery Administration standards. Units and services to be in accordance with Statement of Work, 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). 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 price and the total of the CLINs will be recomputed accordingly. PERIOD OF PERFORMANCE: Base Period 10/01/2021 through 9/30/2022 Option Year One- 10/1/2022 through 9/30/2023 (if exercised) Option Year Two 10/1/2023 through 9/30/2024 (if exercised) Option Year Three 10/1/2024 through 9/30/2025 (if exercised) Option Year Four 10/1/2025 through 9/30/2026 (if exercised) CLIN No. Supplies/Services Est. Qty Unit Unit Price Total Price 0001 Description $_________ $___________ SEE ATTACHMENT C Total $___________ Total Estimated Price Base and all Option periods $______________ Services to be Provided: See Attachment A STATEMENT OF WORK 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 Richmond National Cemetery Complex, YOU MUST contact Michael Faust at Michael.Faust@va.gov or by phone at 757-723-7104. Site Visits are by appointment only. All site visits must be scheduled and completed prior to September 10th, 3:00 PM, EST. Richmond National Cemetery Complex POC: Mr. Michael Faust, (757) 723-7104; Email: Michael.Faust@va.gov (Please reference in subject line: Site Visit Appointment Request for Hampton NC GMS). All questions regarding this solicitation are to be submitted to the contracting officer, via email, Paul.Zagaruyka@va.gov no later 10 September 2021 at 3:00PM, (EST). (Please reference in subject line: HNC GMS and Headstone Maintenance Services 36C78622Q0001 Q&A). Questions will not be addressed using the telephone. REGISTRATION WITH VENDOR PORTAL: All Interested Offerors must be registered with the Department of Veterans Affairs eCMS Vendor Portal at https://www.vendorportal.ecms.va.gov . Offerors who require registration shall proceed to the Vendor Portal s Login section and shall click on Request a user account to register. In the event an Offeror is unable to submit a Quote/Proposal through the vendor portal domain, prior to the Quote/Proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov If an Offeror is still having difficulties in submitting a proposal via the Vendor Portal the contracting officer/Specialist may accept an Offeror s Quote/Proposal via email under the following circumstances: 1. Offeror must provide evidence that an email discussions or verbal discussion (include representative name, date and time of phone call) with the VAAS helpdesk could not resolve registration issues. 2. Offerors must meet the time constraints as set forth in the solicitation. Submitted Quotes/proposals via email without set requirements may be considered nonresponsive. All Quote/Proposals transmissions and uploads submitted via the Vendor Portal or via email are due as specified in this solicitation. Late or incomplete Quotes may also be considered nonresponsive. Additionally, prospective offerors must also be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.beta.sam.gov. Responses to this Request for Quotation (RFQ) are due no later than 20 September 2021 at 3:00PM, EST Responses to this announcement will result in a 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://beta.sam.gov/ QUOTATION PREPARATION INSTRUCTIONS: Quote Format and Submission Information: Quotations and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following: All quotes must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website https//www.vendorportal.ecms@va.gov to be considered. Offer packages that do not contain all the below materials may be rejected as non-responsive. Offeror will be responsible for ensuring that their complete proposal and all Volumes have been received by the designated deadline. Quotes must be submitted on company letterhead. All quoters shall include the following information as part of their quote: Company Information (VOLUME A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in https://beta.sam.gov/ ) DUNS Number Point of Contact Name Telephone number Email Address Company Capability Statement Proof of current System for Award Management (SAM) account For SDVOSB concerns, proof of active/current Vendor Information Pages (VIP) certification (CVE letter is acceptable). One (1) signed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification Material Safety Data (if applicable) One (1) copy of Completed FAR Provision 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representation and certifications electronically at https://beta.sam.gov/ (copy of current SAM status) Technical Proposal (VOLUME B) The following information shall be included in Volume B: One (1) copy of Technical Proposal. The following shall also be included as part of the Quoter s technical submission: Company relevant experience descriptions. Managerial & Technical Qualifications of key personnel Identification of all Subcontractors anticipated to perform work under this contract and percentage of work subcontractors will perform. Relevant work qualifications of proposed sub-contractors. Employees resumes, CV s, additional experience related information etc., Limitations on Subcontracting plan of compliance (see Veteran Affairs Acquisition Regulation (VAAR Clause 852.219-10). Narrative response to the requirement. Past Performance (VOLUME C) The following information shall be included in Volume C: Past Performance Questionnaire (Attachment D) for related Janitorial Services work performed. Pricing (VOLUME D) The following information shall be included in Volume D: Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment C). One (1) copy of Price Offer/Quote for all items in the schedule this should be a separate document in .pdf format**. Pricing shall be submitted in the Price/Cost Schedule of Supplies/Services CLINs format only as outlined in Attachment C. **NOTE: Attachment C is provided in MS Word format for ease of Quoter completion. Finalized proposed quote costs provided in Volume D must be in .pdf format. EVALUATION PROCESS: In accordance with FAR 52.212-2, The Government will award a contract to the responsible offeror whose offer conforms to solicitation requirements and is the lowest priced technically acceptable offer, provided past performance is not negative. Technical Approach and Understanding of the Work: Offer shall be evaluated in accordance with the criteria contained in the Statement of Work and on how well the technical approach meets the Government requirements. Technical approach shall include the following: A narrative that details and demonstrates the Contractor s understanding of the complexity and magnitude of the requirement. Failure to provide the required narrative may result in the Contractor being considered non-responsive. Past performance: Past performance shall be evaluated based on the Offer s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods. The Contracting Officer s knowledge of previous experience with the supply or service being acquired; Customer past performance questionnaire replies The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or; Any other reasonable basis. Price: Proposed price will be evaluated for Reasonableness and Realism. DIGNITY CLAUSE Respect for Headstones and Markers in National Cemeteries; Handling of Markers and Headstones Every action by Offeror personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Offeror employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals. Offerors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them. No tools, equipment or other items will be placed or leaned on headstones or markers. Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution. The Offeror is required to discuss the guidance with employees and/or subcontractors and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin. 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 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) Addendum to FAR 52.212-4 FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR Clauses FAR 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 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 (AUG 2020) FAR 52.216-19 Ordering Limitations (OCT 1995) FAR 52.216-21 Requirements (OCT 1995), Alternate I (OCT 1995) FAR 52.217-8 Option to Extend Services (NOV 1999) (30 days) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (30 days) (shall not exceed 5 years and 6 months) FAR 52.219-14 Limitations on Subcontracting (MAR 2020) FAR 52.228-5 Insurance-Work on a Government Installation (JAN 1997), CL-120 Supplemental Insurance Requirements 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 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION) 852.232-72, Electronic Submission of Payment Requests (NOV 2018) 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71, Alternate Protest Procedure (OCT 2018) 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.237-75, Key Personnel (OCT 2019) (End of Addendum to 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2020) (Deviation AUG 2020). FAR Provisions 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) Addendum to FAR 52.212-1 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-7, System for Award Management (OCT 2018) 52.209-7, Information Regarding Responsibility Matters (OCT 2018) 52.216-1, Type of Contract (APR 1984) 52.223-1, Biobased Product Certification (MAY 2012) 52.233-2, Service of Protest (SEPT 2006) VAAR Provisions 852.215-72, Notice of Intent to Re-solicit (OCT 2019) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum to 52.212-1) 52.212-2, Evaluation-Commercial Items (OCT 2014) 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2020) 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)(1),(b)(2),(b)(4),(b)(6),(b)(8),(b)(9), (b)(14)(i),(b)(16),(b)(22), (b)(27),(b)(28), (b)(29),(b)(30), (b(31),(b)(32)(i),(b)(33),(b)(34),(b)(35),(b)(36), (b)(44),(b)(49),(b)(51),(b)(57),(b)(58),(c)(2),(c)(3),(c)(4),(c)(8), and (c)(9). End of Document See attached document: 36C78621Q0024, SOW Grounds Maintenance See attached document: 36C78621Q0024, PRICE/COST Schedule See attached document: 36C78621Q0024, Wage Determination 2015-4641 Rev 11 18 Jun 2020. See attached document: 36C78621Q0024 Past Performance Questionnaire
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bee0aa69b5bd425aba0ff15c14bdf1e7/view)
- Place of Performance
- Address: Richmond National Cemetery Complex, Richmond, VA 23231, USA
- Zip Code: 23231
- Country: USA
- Zip Code: 23231
- Record
- SN06115864-F 20210901/210831201825 (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 |