Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

J -- Roof Repiars @ Eagle Point National Cemetery

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Contracting Services;75 Barrett Heights Road, Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78619Q0220
 
Response Due
3/20/2019
 
Archive Date
4/9/2019
 
Point of Contact
mary.accomanod@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78619Q0220 Posted Date: 03-06-2019 Original Response Date: 03-20-2019 Current Response Time: 5:00pm(PST) Product or Service Code: J056 Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 238160 Contracting Office Address Department of Veterans Affairs National Cemetery Administration Pacific District 1301 Clay Street, Suite 1230 North Oakland CA 94612-5209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective Oct 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 238160, with a small business size standard of 15 Million. The National Cemetery Administration Pacific District is seeking quotes from Service Disabled Veteran Owned Small Business (SDVOB) that are qualified to Re-Roof Committal Shelter at Eagle Point National Cemetery. Project Title: Re-Roof Committal Shelter All work shall be performed in accordance the Description/Specifications/Statement of Work, contained in this contract. SCHEDULE OF SERVICES: Contract Line Item Description Quantity Unit Unit Price Total Price 0001 0002 Re-Roof Committal Shelter Perfromance Bond 1 1 Job Job TOTAL PRICE SCOPE OF WORK GENERAL SCOPE OF WORK: The Contractor will furnish all labor, materials, equipment, and supplies necessary to perform the work to remove existing skylights and replace with new ridge skylights, including any framing or roofing modifications, if applicable. Remove roofing, flashings and fasteners Inspect ply wood. underlayment and replace as needed.. Install new Thick Profile Asphalt/Fiberglass shingles and flashings as per manufacturer s recommendation and requirements. Clean up jobsite of all Construction debris/. GENERAL REQUIREMENTS All work will be coordinated with the Contracting Officer s Representative (COR) and/or the Cemetery Director. Work will be conducted in such a manner to minimize the impact on the Cemetery operations. All work will be accomplished during normal business hours (8:00 am to 4:30 pm) Monday through Friday, except Federal Holidays, or at a time determined by the COR. Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. Contacts for Site Visits: Cemetery Director: Andrew Mathews TEL: (541) 826-2511 COR: Dave Barnes TEL: (541) 826-2511 General Notes: The Contractor shall perform a thorough field survey of the existing conditions and features. Any conditions which may cause significant deviation shall be brought to the attention of the Contracting Officer or his/her Representative (COR) for clarification prior to beginning any work. Submittals: Prior to installation, the contractor shall submit to the COR and Project Manager for approval the manufacturer s literature and specifications for ALL materials being installed. Shop drawings will be required. Construction Coordination: Coordination of Construction with Cemetery Director/COR: The burial activities at National Cemetery shall take precedence over all activities. The Contractor must cooperate and coordinate with the Cemetery Director, through the COR, in arranging the schedule to cause the least possible interference with Cemetery activities in actual burial areas. The Contractor is required to discontinue his work sufficiently in advance of Easter Sunday, Mother's Day, Father's Day, Memorial Day, Veteran's Day and/or Federal holidays, to permit him to clean up all areas of operation adjacent to existing burial plots before these dates. Cleaning up shall include the removal of all equipment, tools, materials and debris and leaving the areas in a clean, neat condition daily. Contractor is responsible for disposing of debris off site. The Contractor shall assume sole responsibility for safety of all persons on or about the construction site, in accordance with applicable laws and codes. Guard all hazards in accordance with the safety provisions of the latest manual of accident prevention published by the Associated General Contractors of America and OSHA. The Contractor shall guarantee that all work done under this contract will be free from faulty materials or workmanship and hereby agrees to repair or replace without additional cost to the VA and to his/her satisfaction all defects or imperfection appearing in said work within a period of one year after the date of final acceptance by the VA of all work done under this contract. Matters related to safety and any actions of the Contractor; shall meet all safety requirements of National Cemetery Safety Officer, Department of Veterans Affairs, OSHA, and the State. 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 at the cemetery. Contractor shall provide training of the contractor s and subcontractor s workers as necessary to meet these requirements. Repair and replace any existing structure to existing condition when altered or damaged by the construction. Completion Time: Ninety (90) calendar days from date of issuance of Notice to Proceed (NTP). (End of Work Statement) 52.212-2 -COMPARATIVE EVALUATION FAR 13.106-2 (b)(2) (a) The Government will award a 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. 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. Comparative Evaluations is the act of comparing two or more offers in response to the RFQ. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which provides the government with is needed, as identified in the RFP. The comparison also performed to compare each offeror to one another to determine which provides the best benefit to the government. 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 evaluate offers -Pricing The sum of all the CLINs will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. 2. Technical Acceptability a) Demonstrated experience performing this requirement b) Demonstrated qualifications to perform services c) Use of Sub-Contractors 3. Past Performance 4. SDVOSB Status verification in CVE Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: 1. Experience of company and subcontractors anticipated to perform work under this contract 2. Managerial & Technical Qualifications of key personnel 3. Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing 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. 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 Contracting Officer s address is: National Cemetery Administration 75 Barrett Heights Road, Ste 309 Stafford, VA 22556 All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) via email to the CS. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11, required registration in the System for Award Management (SAM) database prior to award of a contract. This is a Service Disabled Veteran Owned Small Business set-aside for services as defined herein.    The government intends to award a Contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). All inquiries shall be made to the Contracting Specialist via email: Valentin Saucedovalentin.saucedo@va.gov and mary.accomando@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 Phone number: 510-637-6288 NLT March 20, 2019 by 5:00pm (PST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed submissions are accepted and are the preferred form of submission. Receipt will be verified by the date/time stamp on fax or e-mail. The following contract clauses apply to this acquisition: 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/ FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (OCT 2018) ALTERNATE II (OCT 2018) 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 14.42 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 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 (Oct 2018) 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: 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 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) See additional attachments-Wage determination, Site plan, 906-A2-789906004-4801.2 End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0220/listing.html)
 
Record
SN05241959-F 20190308/190306230048 (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.