Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

Z -- RECOVERY Z--Recovery (ARRA) Turf Renovations/Headstone Cleaning

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;75 Barrett Heights Rd. Suite 309;Stafford VA 5
 
ZIP Code
00000
 
Solicitation Number
VA78610RA0355
 
Response Due
9/21/2010
 
Archive Date
11/20/2010
 
Point of Contact
Wanza Lewis (wanza.lewis2@va.gov
 
E-Mail Address
MSOutlook
(wanza.lewis2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Recovery - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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. The combined synopsis/solicitation is issued as a Request for Quotes VA-786-10-RA-0355. This is Project #13 covered by the American Recovery and Reinvestment Act of 2009. Submit written quotes using the template in Attachment G. At a minimum, quotes shall be valid for 30 days. Oral Quotes will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov) or before an award can be made to them. This solicitation and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2005-45. The complete text of any of the clauses and provisions are available electronically from the following sites: https://www.acquisition.gov/Far/ and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. This procurement is issued as a 100% set-aside for Service Disabled Veteran Owned Small Business (SBVOSB) under the North American Industrial Classification Standards (NAICS) code 561730 with a small business size standard of $7.0 million. The award of this synopsis/solicitation will be a firm fixed-price service contract. Questions regarding this solicitation can be sent to wanza.lewis2@va.gov, Subject Line: Question-VA786-10-RA-0355. Responses are due September 21, 2010, via mail or e-mail at wanza.lewis2@va.gov. American Recovery and Reinvestment Act of 2009 (ARRA) Reporting Requirement: this acquisition will be funded using American Recovery and Reinvestment Act funds. As such, all reporting requirements required by clauses 52.203-15, 52.204-11, and 52.212-5, alt. ii, are in full force and effect. The Contractor shall furnish all equipment, parts, materials, labor, reports, and supervision for Turf Renovation and Headstone Cleaning Services at the Danville National Cemetery, 1900 East Main Street, Danville, IL 61832; telephone (217) 554-4550, fax (217) 554-4803. Danville National Cemetery maintains a total of approx. 9900 headstones and markers located on approx. 34 developed acre site. CLIN 001, Turf Renovation of approx. 334,142 square feet of burial ground sections and turf areas; CLIN 002, Clean approx 9,410 Headstones. See Attachments for additional information before preparing quotes for submission. Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation, any pertinent OSHA Occupational and Safety regulations, and any State and/or local regulations, laws and codes. This includes, minor maintenance/repair and minor operating parts for equipment such as lubrication, oil changes, spark plugs, gaskets, cotter pins/keys, electric extension cords, etc., to keep all equipment in good operational condition throughout the period of performance of this contract. The Contractor shall obtain all necessary licenses and/or permits required to perform this work. Business hours/days are 8:00AM to 4:30PM, Monday through Friday, except Federal holidays. Federal holidays include New Year's Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and other specifically designated days by the President of the United States to be a national holiday. Off Business hours/days are defined as the time of 4:31PM to 7:59AM, Monday through Friday, all day Saturday and Sunday and Federal holidays. The following clauses and provision are incorporated in the solicitation: FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items (JUN 2010) applies to this acquisition and will be incorporated into any resulting contract. Addendum to FAR Clause 52.212-4: (1) 52.216-18; (2) 52.216-19; (3), 52.216-21; (4) 52.228-5 Insurance - Work on a Government Installation (JAN 1997); SUPPLEMENTAL INSURANCE REQUIREMENTS: In accordance with FAR 28.307-2 and the previous clause, 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 per occurrences. (c) Automobile liability: $250,000 per person; $500,000 per occurrence and $100,000 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. VAAR Clauses: (1) 852,203-70 Commercial Advertising (JAN 2008); (2) 852.219-10 VA Notice of Total Service-Disabled Veterans Owned Small Business Set-Aside (DEC 2009); (3) 852.237-70 Contractor Responsibilities (APR 1984); (4) 852.273-76 Electronic Invoice Submission (Interim-OCT 2008); (5) 852.270-1 Representatives of Contracting Officers (APR 1984); (6) 852.270-4 Commercial Advertising (NOV 1984) The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2010) apply to this acquisition, specifically the following cited clauses and provisions are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub.L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). (3) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub.L. 111-5). (11) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). (4) 52.219-28, Post Award Small Business Program Representation (APRIL 2009) (15 U.S.C. 632(a)(2)). (5) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (6) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (8) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (10) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (11) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). (12) 52.222-41, Service Contract Act of 1965, (Nov 2007) (41 U.S.C. 351, et seq.). (13) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (14) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (15) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). Alternate II (APRIL 2010) As prescribed in 12.301(b)(4)(ii), (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. (D) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (E) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (F) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (G) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (H) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (I) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41U.S.C. 351, et seq.). (J) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (K) 52.222-54, Employment Eligibility Verification (Jan 2009). (L) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (M) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (AUG 2009). Offerors shall include a completed copy with its quote. FAR 52-212-1, Instructions to Offerors-Commercial Items (JUN 2008) is incorporated by reference and applies to this acquisition. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer unless a written notice of withdrawal is received before award. Addendum to 52.212-1: FAR 52.233-2 Service of Protest (SEP 2006), Mail or handcarry to Department of Veterans Affairs, National Cemetery Administration Centralized Contracting Division, 75 Barrett Heights Road, Suite 309, Stafford, VA 22556; VAAR 852.233-70 Protest Content/Alternative Dispute Remedy (JAN 2008); VAAR 852.233-71 Alternate Protest Procedure (JAN 1998), VAAR 852.273-74, FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) apply to this acquisition. (a) The Government will award a firm fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability; (ii) Past Performance; (iii) Price. The award will be made to the offeror with the highest technical/past performance rating with the lowest price. Technical Capability: The offeror must submit evidence of being financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service in their capability statement. Provide at least the following: information on your company's capabilities; years in business; type and age of equipment to be used on the project; key personnel information; training and experiences of personnel/s who will be working this project; the company's experiences in working similar/like type projects and the number of jobs you have completed that are similar to this request; your plan for managing the project; your quality assurance plan; your subcontractors - their social economic status (i.e. Disable Veteran, Veteran, Small, Large Business, etc) - and percent of work they will perform; number of projects currently ongoing and of that number the number that may affect this proposal. The list is not intended to be all inclusive. It is intended to give offerors some idea of what should be provided for evaluation. (ii) Past Performance - Offeror must submit at least 3, no more than 5 completed Past Performance Questionnaires Survey forms located in Attachment F of projects similar in size, scope and work. (iii) Price). The Offeror shall complete Attachment in their response package. Attachment AWage Determination Attachment BDanville Scope of Work Schedule Attachment CHeadstone Cleaning Attachment DGround Surface Renovation and Turf Grass Re-Establishment Attachment ESite Plan Danville National Cemetery Attachment FAdditional Description/Specifications Attachment GSchedules of Supplies or Services and Prices/Costs Template Attachment HBusiness Verification Questionnaire Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78610RA0355/listing.html)
 
Place of Performance
Address: Danville National Cemetery;1900 East Main Street;Danville, IL
Zip Code: 61832
 
Record
SN02281580-W 20100916/100915000255-8eac34e354844b5c4ceb0db9330edad5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.