SOLICITATION NOTICE
S -- NAD-815-TRASH REMOVAL SERVICES - Long Island National CEM
- Notice Date
- 1/28/2022 12:38:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78622Q0054
- Response Due
- 3/2/2022 7:00:00 AM
- Archive Date
- 05/01/2022
- Point of Contact
- (703) 630-9353, HUGH O'NEIL, Phone: 703-630-9353
- E-Mail Address
-
hugh.oneil@va.gov
(hugh.oneil@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- GENERAL INFORMATION: Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78622Q0054 Post Date: 1/28/2022 Original Response Date: 3/2/2022 at 10:00 am Applicable NAICS: 562111 Solid Waste Collection Classification Code: S205 Housekeeping Trash/garbage collection Set Aside Type: 100% SDVOSB Set-Aside Period of Performance: Base plus Option Years if awarded Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performance: Long Island National Cemetery 2040 Wellwood Avenue Farmingdale, NY. 11735 Attachments: A. Schedule B. Statement of Work C. Past Performance Questionnaire D Wage Determination No.: 2015-4157, Revision 15, Dated: 10-20-2021 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 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 Quotation (RFQ), solicitation number 36C78622Q0054. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-02, eff January 14, 2022. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: The (NAICS) code for this procurement is 562111. The business size standard number of millions of dollars is $41.5M. 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 Veteran Affairs, National Cemetery Administration, anticipates the award of a firm fix contract. A firm fixed price (FFP) contract provides for a price that is not subject to any adjustment on the basis of a contractor s cost experience in performing the contract. This FFP Contract is for Non-Hazardous Trash Removal Services at the Long Island National Cemetery, 2040 Wellwood Avenue, Farmingdale, NY. 11735. 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. Use care not to scratch or damage markers in any manner. Offeror shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (e.g., casket or urn), or outer burial container, the Offeror must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance. 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. Contracted Site Supervisor will ensure that no Offeror personnel work will cause any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided on the day of the service. The Site Supervisor shall communicate not less than daily with the COR, to ask questions and ensure he/she and contracted personnel understands the off-limit areas. SITE VISIT: Offerors or 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 a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Long Island National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Sue Jehlen, Cemetery Director..................................................... (631) 454-4952 Paul White Assistant Cemetery Director................................... (631) 454-4953 Rob Donnelly Cemetery Foreman . (631) 454-4953 Facsimile #.................................................................................... (631) 694-5422 Site Visits will be on February 1, 2022 at 10:00AM EST and will not be rescheduled. RESPONSE TO REQUEST FOR QUOTATION (RFQ): Quotes are due to the Contracting officer no later than 10:00AM EST on March 2, 2022. Responses to this announcement will result in a Stand-Alone Contract. 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 beta.sam.gov. SOLICITATION QUESTIONS: All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than close of business, February 7, 2022. Questions pertaining to this announcement shall be sent by email to: Hugh.ONeil@va.gov. Telephone inquiries will not be accepted. Associated answers to questions submitted will be provided via a solicitation amendment. Should an amendment not be endorsed by the interested Offeror, the quote will be considered Non-Responsive. SUPPLIES OR SERVICES & PRICES / COSTS PRICE SCHEDULE Scope: The Contractor shall furnish all personnel, equipment, supplies, materials, vehicles and other items / services necessary and incident to the provision Non-Hazardous Waste (TRASH) COLLECTION & DISPOSAL Services at the Long Island National Cemetery, located at 2040 Wellwood Ave, Farmingdale, NY 11735. Post Award Conference: Prior to commencement of work, contract awardee is required to make an appointment for a conference with the COR and/or Contracting Officer to assure that all parties understand all contractual obligations and the role that each party serves. Duration: The term of the contract is Base plus Option Years if awarded. Type of Contract: This is a firm-fixed price type contract for the supplies / services specified and effective for the period stated in the Schedule. Quantities of services specified in the Price Schedule are estimates only and are not purchased by this contract. Note: Landfill Rates: If the landfill used by the Contractor for disposal of waste / trash picked-up under this contract adjusts its tonnage fee for disposal, that fact shall not constitute the basis for an equitable price adjustment. All-Inclusive Pricing: Unit Costs offered must be All-Inclusive for materials, labor, transportation, surcharges, fees and services necessary and incident to the provision of Non-Hazardous Waste Collection & Disposal Services. All-Inclusive pricing includes environmental fees, fuel surcharges and all other services necessary and incident to the required work. There will be no additional costs or special service charges. Invoices shall reflect only those costs indicated in the Price Schedule. Base Year: April 1, 2022 of Award thru March 31, 2023 CLIN DESCRIPTION EST. QTY UNIT UNIT COST TOTAL EST COST 001 Rental of two (2) 30 cubic yard Open Top Roll Off Dumpsters (new / like new condition). To be placed within the Long Island National Cemetery spoils area 12 Mo. $ ________ $ __________ 002 Dump Fee: Roll Off, Dump & Return Service per 30 cubic yard dumpster listed in CLIN 001 above. Services to be provided on an On Call as needed basis (By load / Not Weight estimated @ 52 loads per fiscal year) 52 Ea. $ ________ $ __________ TOTAL ESTIMATED COST: $ __________ Option Year I: April 1, 2023 thru March 31, 2024 CLIN DESCRIPTION EST. QTY UNIT UNIT COST TOTAL EST COST 101 Rental of two (2) 30 cubic yard Open Top Roll Off Dumpsters (new / like new condition). To be placed within the Long Island National Cemetery spoils area 12 Mo. $ ________ $ __________ 102 Dump Fee: Roll Off, Dump & Return Service per 30 cubic yard dumpster listed in CLIN 001 above. Services to be provided on an On Call as needed basis (By load / Not Weight estimated @ 52 loads per fiscal year) 52 Ea. $ ________ $ __________ TOTAL ESTIMATED COST: $ __________ Option Year II: April 1, 2024 thru March 31, 2025 CLIN DESCRIPTION EST. QTY UNIT UNIT COST TOTAL EST COST 201 Rental of two (2) 30 cubic yard Open Top Roll Off Dumpsters (new / like new condition). To be placed within the Long Island National Cemetery spoils area 12 Mo. $ ________ $ __________ 202 Dump Fee: Roll Off, Dump & Return Service per 30 cubic yard dumpster listed in CLIN 001 above. Services to be provided on an On Call as needed basis (By load / Not Weight estimated @ 52 loads per fiscal year) 52 Ea. $ ________ $ __________ TOTAL ESTIMATED COST: $ __________ Option Year III: April 1, 2025 thru March 31, 2026 CLIN DESCRIPTION EST. QTY UNIT UNIT COST TOTAL EST COST 301 Rental of two (2) 30 cubic yard Open Top Roll Off Dumpsters (new / like new condition). To be placed within the Long Island National Cemetery spoils area 12 Mo. $ ________ $ __________ 302 Dump Fee: Roll Off, Dump & Return Service per 30 cubic yard dumpster listed in CLIN 001 above. Services to be provided on an On Call as needed basis (By load / Not Weight estimated @ 52 loads per fiscal year) 52 Ea. $ ________ $ __________ TOTAL ESTIMATED COST: $ __________ Option Year IV: April 1, 2026 thru March 31, 2027 CLIN DESCRIPTION EST. QTY UNIT UNIT COST TOTAL EST COST 401 Rental of two (2) 30 cubic yard Open Top Roll Off Dumpsters (new / like new condition). To be placed within the Long Island National Cemetery spoils area 12 Mo. $ ________ $ __________ 402 Dump Fee: Roll Off, Dump & Return Service per 30 cubic yard dumpster listed in CLIN 001 above. Services to be provided on an On Call as needed basis (By load / Not Weight estimated @ 52 loads per fiscal year) 52 Ea. $ ________ $ __________ TOTAL ESTIMATED COST: $ __________ SUMMARY GRAND TOTAL BASE YEAR TOTAL OPTION YEAR I TOTAL OPTION YEAR II TOTAL OPTION YEAR III TOTAL OPTION YEAR IV TOTAL AGGREGATE TOTAL OF BASE AND OPTION YEARS (End of Price Schedule) DESCRIPTION / SPECIFICATIONS / WORK STATEMENT SCOPE The Contractor shall provide NON-HAZARDOUS WASTE (TRASH) COLLECTION & DISPOSAL SERVICES to Long Island National Cemetery, located at 2040 Wellwood Ave. Farmingdale, NY 11735. The Contractor shall be responsible for the collection of and delivering non-hazardous waste to an approved, licensed, certified disposal area / landfill. Disposal shall be conducted in accordance with all local, State and Federal legal requirements and in an environmentally safe manner. SPECIFICATIONS Dumpster Requirements: The Contractor shall provide factory new or newly refurbished (within the past three months and in a like new state of condition) roll-off type dumpster(s) at the beginning of the contract period. Each dumpster shall display the company name and contactor information. The containers shall be compatible with the contractors pick up equipment, shall be watertight, rodent proof and inherently fireproof. Dumpster requirements are as follows: Description Qty Location 30 cubic yard Open Top Roll-Off Dumpster 2 Cemetery Spoils Area (b) Waste / trash placed in dumpsters shall consist of plastic or aluminum beverage containers, magazines, newspapers, mixed office papers, fresh and artificial floral arrangements, grave blankets, cafeteria waste, general office waste and food wrappings. (c) Dumpsters which become damaged due to handling and use shall be replaced at no cost to the Government. Damaged or unsightly dumpsters shall be replaced at the written request of the Contracting Officer or his/her Representative. (d) The Contractor shall be responsible for cleaning-up and disposing of all trash, garbage, and debris spilled from the dumpsters during the Contractor s pickup and disposal process. (e) All non-hazardous waste / trash shall be removed and disposed-of off the Government premises. No on-site burning or disposal is allowed. (f) The Contractor is solely responsible for full compliance with all Federal, State, Local and all other applicable laws, policies, rules and regulations. In the event of a conflict of two or more regulations, the strictest of the regulations shall apply. (g)The Contractor shall be responsible for the provision of all permits, licenses, certifications and fees necessary to perform the required services. (h) No recycling activities are included in this work (i) On Call Pickup: The Contractor shall pickup and empty dumpsters, transport and dispose of (off-site) non-hazardous waste (trash) from Long Island National Cemetery. Pickup and disposal services shall be provided on an On Call basis and will be Monday through Friday, during daily work business hours of 8:00 AM through 4:30 PM. Pickup shall be within 48 hours of the request. QUANTITY & PAYMENT (a) Pick-up / Empty / Return two (2) open top 30 cubic yard roll off containers. Estimated 52 pickups (loads) per fiscal year. (b) Pickups may vary from a minimum of 4 to a maximum of 9 per month based on months activities. (c) Dump fee per 30 cubic yard container shall be by the load - not by weight. (d) Payment: Contractor must have the ability to except Government Credit Card for payment. EQUIPMENT AND GENERAL REQUIREMENTS The Contractor shall provide and be responsible for all dumpster maintenance, labor supervision, equipment, handling, and transportation of waste. The Contractor and COR shall jointly determine suitable location(s) for the dumpster(s) to ensure the locations do not interfere with Long Island National Cemetery operations and which maintain a clear access for the Contractor s collection vehicles. All vehicles and materials handling equipment shall be equipped with OSHA approved back-up alarms. WORK HOURS Hours of Operation: Waste / trash removal services shall be performed at Long Island National Cemetery during normal Hours of Operation - Monday through Friday, with the exception of National Holidays (see National Holiday schedule below), between the hours of 8:00 a.m. 4:30 p.m. The Contractor may provide services during the weekends (Saturday & Sunday) during the hours of 8:00 a.m. 4:30 p.m., with written authorization from the COR. National Holidays: Contract personnel will not be required to work on the ten holidays observed by the Federal Government. Unless otherwise specified, when a holiday falls on a Sunday, the following Monday shall be the legal holiday as observed by the Federal Government. When a holiday falls on a Saturday, the preceding Friday shall be observed as the legal holiday. The ten holidays observed by the Federal Government are as follows: Holiday Date Month New Year s Day 1st January Martin Luther King Jr. s Birthday 3rd Monday January President s Day 3rd Monday February Memorial Day Last Monday May Juneteenth Day 19th June Independence Day 4th July Labor Day 1st Monday September Columbus Day 2nd Monday October Veterans Day 11th November Thanksgiving Day 4th Thursday November Christmas Day 25th December Or any other day specifically declared by the President of the United States to be a National Holiday. COMPLIANCE WITH APPLICABLE FEDERAL STATE AND LOCAL REQUIREMENTS In performing work under this contract, the Contractor shall comply with all relevant federal, state, and local statues, ordinances, laws, and regulations. INDEMNITY - ENVIRONMENTAL HEALTH AND SAFETY VIOLATIONS Should the contractor, in the performance of work under this contract, fail to comply with the requirements of environmental permits, local laws of regulations, state laws or regulations, Federal laws or regulations, the Statement of Work and its Attachments and cause any environmental, health, or safety liability to be assessed against the Government, the Contractor agrees to indemnify the Government from this liability. This requirement shall be placed in all subcontracts awarded by the contractor under this contract. REPRESENTATIVES OF THE CONTRACTING OFFICER The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally supervises the work to be performed under the contract. Such designation will be in writing and will define the scope and limitations of designee's authority. A copy of the designation(s) shall be furnished to the Contractor at time of award. The VA Contracting Officer will delegate one (or more) representatives to serve as the Contracting Officer s Representative (COR). The COR may direct and arrange the Contractor s work schedule in specific areas of the cemetery to coordinate with daily cemetery activities and operations. Duties and responsibilities of the COR include day-to-day monitoring of the contract as follows: Providing contract oversight and technical guidance to the Contractor. Placing orders for services. Verification / certification of payments to the Contractor for services rendered. Assuring that any changes effecting work involved, price, terms and/or conditions under the contract are not implemented before written authorization is issued by the Contracting Officer. All administrative functions remain with the VA Contracting Officer. Any modifications to the contract, including those involving no-cost changes, increases and decreases in cost or level of services provided, termination or extension of the contract (in part or in whole) and decisions concerning claims or disputes, must be authorized in writing by the Government Contracting Officer. MISCELLANEOUS Safety The Contractor must meet all safety requirements of Long Island National Cemetery's Safety Officer, Department of Veterans Affairs, OSHA, and the State of New York. It is incumbent upon the Contractor to be familiar with these requirements. ""Safety"" shall also include the Contractor having a safety representative who maintains regular and routine contact with the Safety Officer of Long Island National Cemetery. Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be taken by the Contractor to give advice and reasonable protection, safety, and warnings to persons and vehicular traffic within the area. Contractor shall demonstrate a clear understanding of, and sensitivity to, environmental issues and be consistent and fully compliant with all applicable Federal, State, County and City laws, ordinances, Right-to-Know laws, EPA guidelines, and regulations. Reporting ""On-The-Job"" Injuries The Contractor is required to report all ""on-the-job"" injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COR. Any Contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted. Responsibilities The Contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the work site. Communication & Coordination of Work with COR: Communication with the COR is strongly encouraged. Burial activities at NCA shall take precedence over contract work activities. Work activity and noise cannot disturb Burial Services. Trucks and workers are prohibited from passing through the service area during this period. Insurance, Licenses & Permits: The Contractor shall possess and maintain all necessary insurance, licenses and permits required for contract performance. Contractor is responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Pennsylvania. The Contractor is responsible for repair and / or replacement of any damaged structures and / or other Government property. Contractor Personnel The Contractor is responsible for: Directing, overseeing and coordinating the work involved. Staying abreast of all upcoming cemetery functions including special holiday events and interment activities. Ensuring that contract work does not cause any committal service, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. Contractor will re-direct work throughout the rest of the Cemetery so that productive use of labor and equipment is assured, and downtime is avoided. If the Contractor fails to re-direct employees away from an event in a timely fashion, the COR may then do so. Communication & Coordination of Work with COR Communication with the COR (or designee) is strongly encouraged. Burial activities at the National Cemetery shall take precedence over contract work activities. Work activity and noise cannot disturb Burial Services. Trucks and workmen are prohibited from passing through the service area during this period. Note: To cause the least possible interference with cemetery activities, contract personnel will stop (cease) all work in areas where burials are taking place. As a general ""rule-of-thumb"", work should not take place within 1,000 feet of an ongoing committal service or ceremony. Notwithstanding the Contractors responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Government shall provide, at the time of contract award, a list of Government personnel authorized to act as Contracting Officer's Representatives. Personnel Appearance Contractor personnel shall maintain a neat and professional appearance throughout its workforce, vehicles, equipment, and work areas. Contractor personnel shall be fully clothed at all times, to include an upper garment to cover the body from the waist to neck and long pants or slacks. Contractor personnel must wear a uniform bearing the name of the Contractor, or by wearing badges bearing the Contractor s name and the employee s name in English. Other clothing, in question, shall require the COR written approval. No clothing shall be worn with inappropriate phrases, logos, words or images as determined by the COR. Personnel Conduct Due to the sensitive mission of the cemetery, the work often requires contact with, and exposure to, grieving individuals. Contractor personnel must exercise and exhibit absolute decorum, composure and stability at all times. The Contractor employees shall behave with appropriate courtesy and respect while within the Cemetery or at its perimeter or entrances. Shouting, cursing, angry outbursts, sleeping, intoxication, and violence or criminal acts of any kind will not be tolerated - and is cause for immediate removal from the Cemetery. (End of Work Statement) INSTRUCTIONS TO OFFERORS: Interested Offerors MUST be registered with the System of Award Management (SAM) at http://www.sam.gov and must compete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to the solicitation closing date. Failure to comply will result in the offeror being considered Non-Responsive. Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) socio-economic category concerns MUST have an active/current registration with the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vetbiz.va.gov (VetBiz.VA.Gov). Failure to comply will result in the offeror being considered Non-Responsive. Interested Offerors who do not have a current/active Sam account registration or who are not certified in VIP upon solicitation close date will be considered non-responsive. 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 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. QUOTATION PREPARATON INSTRUCTIONS: Offerors shall submit quotes in four (4) separate volumes and in Adobe Acrobat (.pdf) format. Offerors who fail to provide Volumes A through D will result in the Contractor being considered non-responsive. Company Information (Volume A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address (No P.O. Boxes) Duns Number Company Point of Contract Name and Title Telephone Number Email Address Company Capabilities Statement One (1) Signed Copy of all Solicitation Amendments One (1) Copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable). One (1) copy of Completed FAR Provisions 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representation and certifications electronically at www.sam.gov (copy of current SAM status) In accordance with Public Law 116-183 a Small Business claiming Veterans First Status, Service Disable Veteran Owned Small Business (SDVOSB), or Veteran Owned Small Business (VOSB), must certify in writing that their firm are performing 50 percent of the work. Therefore, Interested Offerors who claim SDVOSB or VOSB status shall provide (1) document stating their compliance with PL 116-183. Failure to provide such document will result in the Interested Offeror being considered Non-Responsive. Should award be made to an SDVOSB or a VOSB who is suspected of violating PL 116-183 this Agency will refer suspected violators to its department s inspector general for investigation and possible fines, suspensions, or debarments. Technical Proposal (Volume B) The following shall be included as part of the Offeror s technical submission, Volume B: Company relevant experience descriptions Managerial & Technical Qualifications of Key Personal to include Resumes Work Plan/Staffing Plan to accomplish the required services to include man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information. Past Performance (Volume C) The following shall be included as part of the Offeror s Past Performance submission, Volume C: Past performance Questionnaire (Attachment D) from at least three (3) references in the last five (5) years. Past Performance information provided must be similar or somewhat similar to the required service(s). Interested Offeror shall list any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non-NCA contracts. 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 A) EVALUATION PROCESS: The Government intends to award a firm fix price contract resulting from this Solicitation to the responsible Offeror whose Offer/Quote provides the best benefit to the Government, price and other factors considered. Quotations/Offers 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. Quotations/Offerors will be evaluated by performing a direct comparison of one Quotation/Offer with another in a uniform manner to determine which Quotation/Offer provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that Quotes or 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 Quoter/Offer that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the Quotation/Offer having the highest past performance rating possible represents the best benefit to the government. 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 will be evaluated for the following: Demonstrate experience in performing this requirement. Demonstrate Key Personal have the managerial and technical qualifications in performing this requirement. Demonstrate Work Plan/Staffing Plan is suitable in performing this service. Plan must include man hours, methodology, list of equipment to be used, licenses, permits and insurance information. 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 Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or Any other reasonable basis. Price: Proposed price will be evaluated for Reasonableness SOLICITATION PROVISIONS AND CONTRACT CLAUSES: Solicitation Provisions and Contract Clauses 52.212-4 Contract Terms and Conditions- Commercial Items (Oct 2018) Addendum to FAR 52.212-4 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and https://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR Clauses 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform ...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d4fe4fbded604349ad422957293c65d9/view)
- Place of Performance
- Address: Department of Veterans Affairs National Cemetery Administration Long Island National Cemetery 2040 Wellwood Avenue, Farmingdale, NY 11735, USA
- Zip Code: 11735
- Country: USA
- Zip Code: 11735
- Record
- SN06227439-F 20220130/220129201524 (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 |