Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2018 FBO #5929
DOCUMENT

Y -- Tuckpoint Entry Sign at Tahoma National Cemetery - Attachment

Notice Date
2/14/2018
 
Notice Type
Attachment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration Pacific;Oakland, CA 94612
 
ZIP Code
94612
 
Solicitation Number
36C78618Q0179
 
Response Due
2/21/2018
 
Archive Date
2/26/2018
 
Point of Contact
Val Saucedo
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C78618Q0179 Posted Date: 02-14-2018 Original Response Date: 02-21-2018 Current Response Time: 2:00pm(PST) Product or Service Code: J045 Set Aside (SDVOSB/VOSB): Yes NAICS Code: 238220 General Information 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). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of 1.5 Million. Page 3 of 11 The National Cemetery Administration Pacific District is seeking quotes from 100% Service Disabled Veteran Owned Small Business (SDVOSB) that are qualified to contract services to perform the work to tuckpoint all failing mortar joints in the front entry Sign. The awarded contract will be a onetime purchase order for Tahoma National Cemetery All interested companies shall provide a quote for the following: Services Project Title: Tuckpoint Entry Sign 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 Tuckpoint Entry Sign 1 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 tuckpoint all failing mortar joints in the front entry Sign Inspect existing rock veneer on front sign for all loose mortar. Scrape and completely remove all loose mortar Before tuckpointing, thoroughly soak the areas to be repaired with water. Use a pre-mix mortar and fill mortar joints completely to face of rock veneer. Use a tuckpoint trowel to tool joint. Clean all excess mortar completely form rock veneer 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. 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 BNC. 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: Thirty (30) calendar days from date of issuance of Notice to Proceed (NTP). (End of Work Statement) The delivery/task order period of performance is March 1, 2018-April 30, 2018. Place of Performance Tahoma National Cemetery 18600 Southeast 240th Street Kent, WA 98042-4868 Award shall be made to the quoter, whose quotation for award, such as "offers the best value to the government, considering technical capability, past performance, and price."] The government will evaluate information based on the following evaluation criteria: "(1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. (a) When evaluation factors are used, the contracting officer may insert a provision substantially the same as the provision at 52.212-2, Evaluation Commercial Items, in solicitations for commercial items or comply with the procedures in 13.106 if the acquisition is being made using simplified acquisition procedures. When the provision at 52.212-2 is used, paragraph (a) of the provision shall be tailored to the specific acquisition to describe the evaluation factors and relative importance of those factors. However, when using the simplified acquisition procedures in Part 13, contracting officers are not required to describe the relative importance of evaluation factors. (b) Offers shall be evaluated in accordance with the criteria contained in the solicitation. For many commercial items, the criteria need not be more detailed than technical (capability of the item offered to meet the agency need), price and past performance. Technical capability may be evaluated by how well the proposed products meet the Government requirement instead of predetermined sub factors. Solicitations for commercial items do not have to contain sub factors for technical capability when the solicitation adequately describes the item s intended use. A technical evaluation would normally include examination of such things as product literature, product samples (if requested), technical features and warranty provisions. Past performance shall be evaluated in accordance with the procedures in 13.106 or Subpart 15.3, as applicable. The contracting officer shall ensure the instructions provided in the provision at 52.212-1, Instructions to Offerors Commercial Items, and the evaluation criteria provided in the provision at 52.212-2, Evaluation Commercial Items, are in agreement. (c) Select the offer that is most advantageous to the Government based on the factors contained in the solicitation. Fully document the rationale for selection of the successful offeror including discussion of any trade-offs considered The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.203-11, Certification & Disclosure Regarding Payments to Influence Certain Federal Transactions 2. FAR 52.212-1, Instructions to Offerors Commercial Items (April, 2014) 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (November 2013) 4. FAR 52.225-18, Place of Manufacture 5. FAR 52.233-2, Service of Protest 6. VAAR 852.246-7, Guarantee 7. VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated By Reference a. VAAR 852.252-70 includes the following provisions that must be completed by the offeror: 1. FAR 52.209-5, Certification Regarding Responsibility Matters 2. FAR 52.222-22, Previous Contracts and Compliance Reports 3. FAR 52.222-25, Affirmative Action Compliance 4. FAR 52.225-4, Buy American Act Free Trade Agreements Israeli Trade Act Certificate Alternate III (Nov 2012) 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 The following contract clauses apply to this acquisition: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (September, 2013) a. The following clauses are included as addenda to FAR 52.212-4: b. FAR 52.216-2 (1) Generally, use the clauses at FAR 52.216-2, Economic Price Adjustment--Standard Supplies, FAR 52.216-3, Economic Price Adjustment--Semistandard Supplies, and FAR 52.216-4, Economic Price Adjustment--Labor and Material, only when (i) The total contract price exceeds the simplified acquisition threshold; and (ii) Delivery or performance will not be completed within 6 months after contract award. FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.203-12 Limitation of Payments to Influence Certain Federal Transactions FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System For Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.247-34, F.O.B Destination FAR 52.252-2, Clauses Incorporated By Reference VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Inspection 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January, 2014) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(4), (b)(8), (b)(14)(ii), (b)(19), (b)(25), (b)(28 34), (b)(40), (b)(42), (b)(44)(iv), (b)(46), (b)(52) 3. FAR Clause 16.203, Fixed Price Contract with Economic Price Adjustment 52.216-2, Economic Price Adjustment (EPA) Clause. All quoters shall submit 1 (one) copy of their technical and price quote (On a SF 1449) if via email to the CO. 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 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside for products/services as defined herein. The government intends to award a purchase order 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 Purchasing Agent: Valentin Saucedo, valentin.saucedo@va.gov Oakland Memorial Service Network 1301 Clay Street, Suite 1230 North Oakland, CA 94612-5209 NLT February 20, 2018, at 11:00am (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. Any questions or concerns regarding this solicitation should be submitted in writing via e-mail; valentin.sauedo@va.gov to the Purchasing Agent, (510-637-6288). End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0179/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618Q0179 36C78618Q0179.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4087380&FileName=36C78618Q0179-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4087380&FileName=36C78618Q0179-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04822638-W 20180216/180214231203-bbd315100b5a3333cbbf9792e29baa2f (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.