DOCUMENT
Y -- Install concrete trench drains Dallas/Fort Worth - Attachment
- Notice Date
- 2/23/2018
- Notice Type
- Attachment
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;75 BARRETT HEIGHTS RD. SUITE 309;STAFFORD, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q0197
- Response Due
- 3/20/2018
- Archive Date
- 5/4/2018
- Point of Contact
- KENNETH DOUGHERTY
- E-Mail Address
-
CO'S EMAIL
(KENNETH.DOUGHERTY@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 10 RFQ FOR CONSTRUCTION SERVICES GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q0197 Post Date: 02/22/2018 Original Response Date: 03/20/2018 at 4:00 pm Applicable NAICS: 238910 Classification Code: Y1QA Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB) Period of Performance: 60 Calendar Days from Receipt of Notice to Proceed Letter Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Dallas-Fort Worth National Cemetery 2000 Mountain Creek Pkwy Dallas, TX 75211 Attachments: A Wage Determination for Dallas County B Performance Work Statement C - Specifications D - Drawings E Past Performance Questionnaire F - List of References Magnitude of Construction Between $100,000 and $250,000 Description: 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. This is a solicitation issued as a request for quotation (RFQ) for construction services prepared in accordance with FAR Part 36, Construction and Architect Engineer Contracts and FAR Part 13, Simplified Acquisition Procedures, 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. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 03/20/2018 EST. Responses to this announcement will result in a Firm-Fixed Priced Contract with FOB Destination and the Government intends to make award under this announcement 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. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) days before the closing date of the solicitation. Questions will not be addressed using the telephone. 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (June 2011) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors; VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include these clauses. SDVOSB offerors must be verified with the Center for Verification and Evaluation (CVE) to participate under the Veterans First Contracting Program at the time of the response to this announcement at the following website: https://www.vip.vetbiz.gov. See VAAR clause 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside for additional information on the Veterans First Contracting Program requirements. Offers received from companies not registered in https://www.vip.vetbiz.gov will not be considered and ineligible for award. For quotes less than $150,000.00, one of the alternative payment protections listed under FAR 52.228-13 found on page 10 of this document shall be provided to the Contracting Officer within 15 days of contract award. If the contract exceeds $150,000, the offeror to whom award is made will be required to furnish two bonds, a Payment Bond, SF 25A, and a Performance Bond, SF 25, each in the penal sum of 100% of the original contract price. Copies of SFs 25 and 25A may be obtained upon application to the issuing office. 52.236-27 Site Visit (Construction) Alternate I (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for 03/07/2018 at 10:00 am CST (c) Participants will meet at -- Dallas-Fort Worth National Cemetery Administrative Building Addendum to 52.236-27 Site Visit (Construction) Alternate I (Feb 1995) In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. 52.236-21 -- Specifications and Drawings for Construction. Specifications and Drawings for Construction Alternate I (Apr 1984) (a) The Contractor shall keep on the work site a copy of the drawings and specifications and shall at all times give the Contracting Officer access thereto. Anything mentioned in the specifications and not shown on the drawings, or shown on the drawings and not mentioned in the specifications, shall be of like effect as if shown or mentioned in both. In case of difference between drawings and specifications, the specifications shall govern. In case of discrepancy in the figures, in the drawings, or in the specifications, the matter shall be promptly submitted to the Contracting Officer, who shall promptly make a determination in writing. Any adjustment by the Contractor without such a determination shall be at its own risk and expense. The Contracting Officer shall furnish from time to time such detailed drawings and other information as considered necessary, unless otherwise provided. (b) Wherever in the specifications or upon the drawings the words directed, required, ordered, designated, prescribed, or words of like import are used, it shall be understood that the direction, requirement, order, designation, or prescription, of the Contracting Officer is intended and similarly the words approved, acceptable, satisfactory, or words of like import shall mean approved by, or acceptable to, or satisfactory to the Contracting Officer, unless otherwise expressly stated. (c) Where as shown, as indicated, as detailed, or words of similar import are used, it shall be understood that the reference is made to the drawings accompanying this contract unless stated otherwise. The word provided as used herein shall be understood to mean provide complete in place, that is furnished and installed. (d) Shop drawings means drawings, submitted to the Government by the Contractor, subcontractor, or any lower tier subcontractor pursuant to a construction contract, showing in detail (1) the proposed fabrication and assembly of structural elements, and (2) the installation (i.e., fit, and attachment details) of materials or equipment. It includes drawings, diagrams, layouts, schematics, descriptive literature, illustrations, schedules, performance and test data, and similar materials furnished by the contractor to explain in detail specific portions of the work required by the contract. The Government may duplicate, use, and disclose in any manner and for any purpose shop drawings delivered under this contract. (e) If this contract requires shop drawings, the Contractor shall coordinate all such drawings, and review them for accuracy, completeness, and compliance with contract requirements and shall indicate its approval thereon as evidence of such coordination and review. Shop drawings submitted to the Contracting Officer without evidence of the Contractor s approval may be returned for resubmission. The Contracting Officer will indicate an approval or disapproval of the shop drawings and if not approved as submitted shall indicate the Government s reasons therefor. Any work done before such approval shall be at the Contractor s risk. Approval by the Contracting Officer shall not relieve the Contractor from responsibility for any errors or omissions in such drawings, nor from responsibility for complying with the requirements of this contract, except with respect to variations described and approved in accordance with (f) below. (f) If shop drawings show variations from the contract requirements, the Contractor shall describe such variations in writing, separate from the drawings, at the time of submission. If the Contracting Officer approves any such variation, the Contracting Officer shall issue an appropriate contract modification, except that, if the variation is minor or does not involve a change in price or in time of performance, a modification need not be issued. (g) Upon completing the work under this contract, the Contractor shall furnish a complete set of all shop drawings as finally approved. These drawings shall show all changes and revisions made up to the time the equipment is completed and accepted. The U.S. Department of Veterans Affairs, National Cemetery Administration, and Dallas-Fort Worth National Cemetery anticipates a firm fixed price contract for demolition & replace concrete slabs and installation two concrete trench drains & pipes within 60 days from receipt of notice to proceed letter. The applicable North American Industrial Classification System (NAICS) code for this procurement is 238910, with a business size standard of $15 million. The National Cemetery Administration is seeking quotes from Service Disabled Veteran Owned Small Businesses qualified for the provision of site preparation services. Period of Performance: 60 days from receipt of notice to proceed letter. Scope: The contractor shall be responsible for providing demolition & replace concrete slabs and installation two concrete trench drains & pipes to Dallas Fort Worth National Cemetery located at 2000 Mountain Creek Pkwy, Dallas, TX 75211. Price Schedule PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete construction services to Dallas Fort Worth National Cemetery located at 2000 Mountain Creek Pkwy, Dallas, TX 75211 following National Cemetery Administration standards. Contract period will be for 60 days from receipt of Notice to Proceed Letter. 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. The Contractor shall furnish to the Government the supplies or services specified up to and including the quantity designated in the Schedule. Period: 60 Calendar Days from Receipt of Notice to Proceed Letter Line Item Description Quantity Unit Unit Price Total Price 0001 Demolition & replace concrete slabs and installation two concrete trench drains & pipes to Dallas Fort Worth National Cemetery 1 JB $______ $______ 0002 Alternative Payment Protection (estimated cost only) (do not secure alternative payment protection until directed to do so). 1 EA $______ $______ Total Estimated Price (exclude Alternative Payment Protection): $______________ Services to be Provided: See Attachment B Performance Work Statement 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. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors 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 E) -List of References (Attachment F) Proposals shall be submitted via email or via mail to the following addresses: Email: kenneth.dougherty@va.gov Mail: 75 Barrett Heights Road Suite 309 Stafford, VA 22556 For proposals mailed, proposals 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: kenneth.dougherty@va.gov. Telephone inquiries will not be accepted. End of Addenda Evaluation Process: Quotes will be evaluated in accordance with FAR 13.106-2(b) Evaluation of Quotations or Offers -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: Experience of company and subcontractors anticipated to perform work under this contract Managerial Qualifications of On-Site Supervisor -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment E) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: kenneth.dougherty@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. The source selection authority shall determine the relevance of similar past performance information. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment F) to the contracting officer for review. The completed list of references shall be included with the offeror s proposal submission. Basis for Award: The Government intends to award a firm fixed price contract resulting from this solicitation whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on the factors set forth below. Price. Quotations shall be evaluated, for award purposes, based upon the total price proposed. 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. Technical Acceptability. Technical Acceptability will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in performance of the requirements identified in this solicitation. The proposal should not simply restate the Government s requirements, but it should describe, in detail, how the Offeror intends to meet the requirements. An evaluation rating of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical package evaluation. If an offeror receives a technical rating of Non-Acceptable they will not be considered for award. Offerors shall provide information for the following sub-factors: i. Contractor Experience: The Contractor shall provide sufficient project details with their technical proposal to demonstrate experience with at least three (3) concrete vehicle pavement projects of similar size, scope, and using similar materials and methods over the past five (5) years. Each contract submitted must have been satisfactorily completed, or if not yet completed, must be marked by satisfactory progress. The Government will not consider a contract that is less than 50% complete or an effort that concluded more than 5 years ago. Contractor shall provide customer points of contact for each project listed. ii. Key Personnel (On-Site Supervisor): A competent and experienced English-speaking Contractor On-Site Supervisor, Superintendent, or Foremen shall be provided by the Contractor whenever work is being performed other than trash and debris pick-up. The Contractor Supervisor must have not less than five (5) years of experience as a direct supervisor of vehicle pavement projects. Offerors shall submit a resume for the Contractor On-Site Supervisor as part of the technical proposal. Identify any subcontractor(s) to be used in performance of this contract, along with the subcontractor s socio-economic status (e.g. Disabled/Veteran owned, Woman owned, Small, Large Business, etc.). If using a subcontractor, list the type and percent of work each party will perform. Past Performance: Past performance will be evaluated for quality, timeliness (i.e. recent), problem resolution, business relations, customer service and relevance (i.e. experience in providing services similar in size, scope, and complexity as described in the SOW). If no past performance information is readily available, the Offeror s past performance will be evaluated as Neutral. Solicitation Provisions and Contract Clauses FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 The following solicitation provisions apply to this acquisition: FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.204-8 Annual Representations and Certifications (Jan 2018) 238910 | $15 million |______ FAR Clause _____ Title _____ Date ______Change) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-22 Alternative Line Item Proposal (Jan 2017) FAR 52.223-4 Recovered Material Certification (May 2008) FAR 52.225-10 Notice of Buy American Requirement Construction Materials (May 2014) VAAR 852.211-72 Technical Industry Standards (Jan 2008) (See Attachment C Specifications) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) The following solicitation clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/?q=browsefar FAR 52.204-13 System for Award Management Maintenance (Oct 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984) 60 calendar days | 60 calendar days from receipt of the notice to proceed letter FAR 52.213-4 Terms and Conditions Simplified Acquisitions (Other Than Commercial Items)(Jan 2018) (https://www.acquisition.gov/browsefar) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) FAR 52.222-6 Construction Wage Rate Requirements (May 2014) FAR 52.222-7 Withholding of Funds (May 2014) FAR 52.222-8 Payrolls and Basic Records (May 2014) FAR 52.222-9 Apprentices and Trainees (Jul 2005) FAR 52.222-10 Compliance with Copeland Act Requirements (Feb 1988) FAR 52.222-11 Subcontracts (Labor Standards)(May 2014) FAR 52.222-12 Contract Termination Debarment (May 2014) FAR 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations (May 2014) FAR 52.222-14 Disputes Concerning Labor Standards (Feb 1988) FAR 52.222-15 Certification of Eligibility (May 2014) FAR 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (Feb 1999) 18.2% | 6.9% | Texas, Dallas County, Dallas FAR 52.222-27 Affirmative Action Compliance Requirements for Construction (Apr 2015) FAR 52.222-32 Construction Wage Rate Requirements Price Adjustment (Actual method)(Jan 2017) FAR 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-9 Buy American Construction Materials (May 2014) None FAR 52.227-1 Authorization and Consent (Dec 2007) FAR 52.228-2 Additional Bond Security (Oct 1997) FAR 52.228-13 Alternative Payment Protections (Jul 2000) (a) Payment Bond (b) Irrevocable Letter of Credit (ILC) (c) Tripartite Escrow Agreement | 15 days FAR 52.232-5 Payments Under Fixed-Price Construction Contracts (May 2014) FAR 52.232-23 Assignment of Claims (May 2014) FAR 52.232-27 Prompt Payment for Construction Contracts (Jan 2017) FAR 52.236-2 Differing Site Conditions (Apr 1984) FAR 52.236-3 Site Investigation and Conditions Affecting the Work (Apr 1984) FAR 52.236-5 Material and Workmanship (Apr 1984) FAR 52.236-6 Superintendence by the Contractor (Apr 1984) FAR 52.236-7 Permits and Responsibilities (Nov 1991) FAR 52.236-8 Other Contracts (Apr 1984) FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984) FAR 52.236-10 Operations and Storage Areas (Apr 1984) FAR 52.236-12 Cleaning Up (Apr 1984) FAR 52.236-13 Accident Prevention (Nov 1991) FAR 52.236-14 Availability and Use of Utility Services (Apr 1984) FAR 52.236-17 Layout of Work (Apr 1984) FAR 52.236-26 Preconstruction Conference (Feb 1995) FAR 52.242-5 Payments to Small Business Subcontractors (Jan 2017) FAR 52.242-14 Suspension of Work (Apr 1984) FAR 52.243-5 Changes and Changed Conditions (Apr 1984) FAR 52.246-12 Inspection of Construction (Aug 1996) FAR 52.246-21 Warranty of Construction (Mar 1994) FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form)(Apr 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016)(DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.236-71 Specifications and Drawings for Construction (Jul 2002) VAAR 852.236-74 Inspection of Construction (Jul 2002) VAAR 852.236-76 Correspondence (Apr 1984) VAAR 852.236-77 Reference to Standards (Jul 2002) VAAR 852.236-78 Government Supervision (Apr 1984) VAAR 852.246-74 Special Warranties (Jan 2008) VAAR 852.246-75 Warranty for Construction-Guarantee Period Services (Jan 2008) End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q0197/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q0197 00001 36C78618Q0197 00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4103657&FileName=36C78618Q0197-00001000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4103657&FileName=36C78618Q0197-00001000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q0197 00001 36C78618Q0197 00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4103657&FileName=36C78618Q0197-00001000.docx)
- Place of Performance
- Address: DALLAS-FORT WORTH NATIONAL CEMETERY;2000 MOUNTAIN CREEK PKWY;DALLAS, TX
- Zip Code: 752111
- Zip Code: 752111
- Record
- SN04833731-W 20180225/180223231946-9db6a2acaca308de929d6603d07ecfa5 (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 |