Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
SOLICITATION NOTICE

S -- Base Year for Contract. Provide Maintenance Services for Marion National Cemetery and Crown Hill Cemetery per attached contract. TIERED EVALUATION - SDVOSB, VOSB, SB

Notice Date
3/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
DEPARTMNET OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309
 
ZIP Code
22556
 
Solicitation Number
36C78619Q0225
 
Response Due
3/22/2019
 
Archive Date
4/21/2019
 
Point of Contact
john.carlock@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Tiered Evaluation Solicitation Number: 36C78619Q0225 Post Date: 03/13/2019 Original Response Date: 03/22/2019 at 12:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: Service Disabled Veteran Owned Small Business Period of Performance: Date of Award 365 days (4) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Marion National Cemetery Crown Hill National Cemetery 1700 East 38th Street 700 West 38th Street Marion, IN 46952 Indianapolis, IN 46208 Attachments: A Wage Determination No. 2015-4787, Revision 9 Wage Determination No. 2015-4813, Revision 9 B Performance Work Statement C Past Performance Questionnaire D List of References 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 36C78619Q0225 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 Effective January 22, 2019. This is a 100% set-aside for Service Disabled Veteran Owned Small Business 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 The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 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 Requirements Contract. Scope: The contractor shall be responsible for providing grounds maintenance services and headstone raise & realign at Marion National Cemetery and Crown Hill National Cemetery along with mow and trimming at Crown Hill only. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide install initial and replacement headstones, clean headstones, raise and realign headstones at Marion National Cemetery, 1700 East 38th Street, Marion, IN 46952 and Crown Hill National Cemetery, 700 West 38th Street, Indianapolis, IN 46208 following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, 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 bid price and the total of the CLINs will be recomputed accordingly. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. SCHEDULE OF UNIT PRICES Base Period: Date of Award through 365 calendar days CLIN Operation Est. Quantity Unit Unit Cost Total Cost 0001 Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing 36 JB $______ $_________ 0002 Crown Hill: Trim headstones and markers w/ every mowing 36 JB $______ $_________ 0003 Crown Hill: Headstone Raise & realign 450 EA $______ $_________ 0004 Crown Hill: Headstones/Monument Cleaning 2 JB $______ $_________ 0005 Crown Hill: Headstones - routine alignment correction (bump and run) 50 EA $______ $_________ 0006 Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June). 2 JB $______ $_________ 0007 Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May). 2 JB $______ $_________ 0008 Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June). 1 JB $______ $_________ 0009 Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep). 3 JB $______ $_________ 0010 Crown Hill: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 0011 Crown Hill: overseeding (1 x year) 1 JB $______ $_________ 0012 Crown Hill: Grub Control insecticide 1 JB $______ $_________ 0013 Crown Hill: POW/MIA flag raise and lower 6 JB $______ $_________ 0014 Marion: Headstone raise and realign 300 EA $______ $_________ 0015 Marion: Grub control insecticide 1 JB $______ $_________ 0016 Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep) 3 JB $______ $_________ 0017 Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun) 2 JB $______ $_________ 0018 Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May). 2 JB $______ $_________ 0019 Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun) 1 JB $______ $_________ Estimated Total Cost Base Period:   $__________             Option Period 1         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 1001 Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing 36 JB $______ $_________ 1002 Crown Hill: Trim headstones and markers w/ every mowing 36 JB $______ $_________ 10003 Crown Hill: Headstone Raise & realign 450 EA $______ $_________ 1004 Crown Hill: Headstones/Monument Cleaning 2 JB $______ $_________ 1005 Crown Hill: Headstones - routine alignment correction (bump and run) 50 EA $______ $_________ 1006 Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June). 2 JB $______ $_________ 1007 Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May). 2 JB $______ $_________ 1008 Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June). 1 JB $______ $_________ 1009 Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep). 3 JB $______ $_________ 1010 Crown Hill: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 1011 Crown Hill: overseeding (1 x year) 1 JB $______ $_________ 1012 Crown Hill: Grub Control insecticide 1 JB $______ $_________ 1013 Crown Hill: POW/MIA flag raise and lower 6 JB $______ $_________ 1014 Marion: Headstone raise and realign 300 EA $______ $_________ 1015 Marion: Grub control insecticide 1 JB $______ $_________ 1016 Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep) 3 JB $______ $_________ 1017 Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun) 2 JB $______ $_________ 1018 Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May). 2 JB $______ $_________ 1019 Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun) 1 JB $______ $_________ Estimated Total Cost Option Period 1:   $__________ Option Period 2         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 2001 Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing 36 JB $______ $_________ 2002 Crown Hill: Trim headstones and markers w/ every mowing 36 JB $______ $_________ 2003 Crown Hill: Headstone Raise & realign 450 EA $______ $_________ 2004 Crown Hill: Headstones/Monument Cleaning 2 JB $______ $_________ 2005 Crown Hill: Headstones - routine alignment correction (bump and run) 50 EA $______ $_________ 2006 Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June). 2 JB $______ $_________ 2007 Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May). 2 JB $______ $_________ 2008 Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June). 1 JB $______ $_________ 2009 Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep). 3 JB $______ $_________ 2010 Crown Hill: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 2011 Crown Hill: overseeding (1 x year) 1 JB $______ $_________ 2012 Crown Hill: Grub Control insecticide 1 JB $______ $_________ 2013 Crown Hill: POW/MIA flag raise and lower 6 JB $______ $_________ 2014 Marion: Headstone raise and realign 300 EA $______ $_________ 2015 Marion: Grub control insecticide 1 JB $______ $_________ 2016 Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep) 3 JB $______ $_________ 2017 Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun) 2 JB $______ $_________ 2018 Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May). 2 JB $______ $_________ 2019 Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun) 1 JB $______ $_________ Estimted Total Cost Option Period 2:       $__________ Option Period 3         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 3001 Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing 36 JB $______ $_________ 3002 Crown Hill: Trim headstones and markers w/ every mowing 36 JB $______ $_________ 3003 Crown Hill: Headstone Raise & realign 450 EA $______ $_________ 3004 Crown Hill: Headstones/Monument Cleaning 2 JB $______ $_________ 3005 Crown Hill: Headstones - routine alignment correction (bump and run) 50 EA $______ $_________ 3006 Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June). 2 JB $______ $_________ 3007 Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May). 2 JB $______ $_________ 3008 Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June). 1 JB $______ $_________ 3009 Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep). 3 JB $______ $_________ 3010 Crown Hill: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 3011 Crown Hill: overseeding (1 x year) 1 JB $______ $_________ 3012 Crown Hill: Grub Control insecticide 1 JB $______ $_________ 3013 Crown Hill: POW/MIA flag raise and lower 6 JB $______ $_________ 3014 Marion: Headstone raise and realign 300 EA $______ $_________ 3015 Marion: Grub control insecticide 1 JB $______ $_________ 3016 Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep) 3 JB $______ $_________ 3017 Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun) 2 JB $______ $_________ 3018 Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May). 2 JB $______ $_________ 3019 Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun) 1 JB $______ $_________ Total Cost Option Period 3: $__________ Option Period 4         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 4001 Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing 36 JB $______ $_________ 4002 Crown Hill: Trim headstones and markers w/ every mowing 36 JB $______ $_________ 4003 Crown Hill: Headstone Raise & realign 450 EA $______ $_________ 4004 Crown Hill: Headstones/Monument Cleaning 2 JB $______ $_________ 4005 Crown Hill: Headstones - routine alignment correction (bump and run) 50 EA $______ $_________ 4006 Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June). 2 JB $______ $_________ 4007 Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May). 2 JB $______ $_________ 4008 Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June). 1 JB $______ $_________ 4009 Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep). 3 JB $______ $_________ 4010 Crown Hill: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 4011 Crown Hill: overseeding (1 x year) 1 JB $______ $_________ 4012 Crown Hill: Grub Control insecticide 1 JB $______ $_________ 4013 Crown Hill: POW/MIA flag raise and lower 6 JB $______ $_________ 4014 Marion: Headstone raise and realign 300 EA $______ $_________ 4015 Marion: Grub control insecticide 1 JB $______ $_________ 4016 Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep) 3 JB $______ $_________ 4017 Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun) 2 JB $______ $_________ 4018 Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May). 2 JB $______ $_________ 4019 Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun) 1 JB $______ $_________ Total Cost Option Period 4: $__________ Total Aggregate Cost Base Period and All Options       $__________ Services to be Provided: See Attachment B Performance Work Statement SITE VISIT: Offerors 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 Marion National Cemetery and Crown Hill National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Tom Kulich, Asst. Director; Phone: 765-674-0284 John Drake, Foreman, Phone 765-674-0284 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 03/22/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements 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. Offerors 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 (5) calendar days before the closing date of the solicitation. 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 -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment C) -List of References (Attachment D) Quotes shall be submitted via email or via mail to the following addresses: Email: john.carlock@va.gov Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 For quotes mailed, quotes shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. 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 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 in order to be eligible for award. Technical Acceptability Qualification of all Personnel (training, experience, certifications) Sufficient Personnel/Equipment- list of all equipment to be utilized in this contract as well as staffing and the tasks they will perform, number of total persons to be on the ground working Equipment List shall have the models, horse power and ages of the motorized equipment List of proposed supplies List of Subcontractors business names (if being used) and the tasks and/or CLINS they will perform Write up detailing the technical methods and management of completing a cycle Number of hours you believe each CLIN requires per cycle Number of employees you expect a cycle requires What is the plan to cover/correct employee absences, vacations and low staffing levels? Information will be evaluated on it demonstrating an understanding of the work requirements (Adequate Performance Plan) 3. Past Performance 4. SDVOSB Status verification in CVE Quote Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED)..a quote may be considered non-responsive if a redacted copy of the technical quote is not received and therefore may be removed from further consideration for award. The following shall be included as part of the quoters submission (See Technical Acceptability Above): Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing identify the exact work to be done. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. 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 Offerors Commercial Items (Jan 2017) 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 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: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $25,000.00| 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) 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) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (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 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-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/36C78619Q0225/listing.html)
 
Place of Performance
Address: MARION NATIONAL CEMETERY;1700 East 38th Street;Marion, IN
Zip Code: 46952
Country: USA
 
Record
SN05250336-F 20190316/190314230050 (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.