DOCUMENT
S -- Headstone Raise Realign / Turf Renovation - Yellowstone National Cemetery - Attachment
- Notice Date
- 8/21/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- DEPARTMENT OF VETERANRS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;155 VAN GORDON STREET, SUITE 510;LAKEWOOD, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- 36C78618R0465
- Response Due
- 9/10/2018
- Archive Date
- 9/25/2018
- Point of Contact
- KELLY RIMA
- E-Mail Address
-
kelly.rima@va.gov
(KELLY.RIMA@VA.GOV)
- Small Business Set-Aside
- HUBZone
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618R0465 Post Date: 08/21/2018 Original Response Date: 09/10/2018 at 4:00 pm EST Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: None Period of Performance: 90 days Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 155 Van Gordon Street, Suite 510 Lakewood, CO 80228 Place of Performance: Yellowstone National Cemetery 55 Buffalo Trail Road Laurel, MT 59044 Attachments: A Scope of Work B Wage Determination No. 15-5389 Rev 6 Dated 08/01/2018 and MT180069 Dated 06/01/2018 MT69 C Price/Cost Schedule D Past Performance Reference List 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), solicitation number 36C78618R0465. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective 20 July 2018. 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 Contract. Scope: The contractor shall be responsible for providing raise & realignment services at Dallas Fort Worth National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete raise & realignment services for Dallas Fort Worth National Cemetery 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. YELLOWSTONE HEADSTONE PROJECT CLIN No. Description: Grounds Maintenance Services Quantity Unit Unit Cost Est. Total Cost 0001 Demolition, removal of 10 headstone concrete collars in section A and D at the Yellowstone National Cemetery. 1 JOB $ ________ $ ____________ 0002 Raise/lower, realign, level, backfill upright granite headstones in Section A and D. Includes surveying and installation. 251 EA $ ________ $ ____________ 0003 Level topsoil surface, renovate and re-establish turf grass stand in Section A and D. 30,139 SF $ ________ $ ____________ 0004 Clean upright headstones in Section A and D at the Yellowstone National Cemetery. 251 EA $ ________ $ ____________ Total Estimated Cost: $ ____________ Services to be Provided: See Performance Work Statement in the solicitation. 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 Fort Gibson National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Yellowstone National Cemetery POC: Stephen McCollum (408) 373-3938 POC: Mat Williams (303) 761-0117 Responses to this Request for Quotes (RFQ) are due to the Contracting Officer no later than 4:00 pm Eastern Standard Time (EST) on 09/10/2018. Responses to this announcement will result in a Firm-Fixed Price 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: 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 amounts for each line items in the Schedule of Supplies/Services -Technical Package for Evaluation which includes the Past Performance References Attachement C. Quotes shall be submitted via email or via mail to the following addresses: Email: Kelly.Rima@va.gov Mail: 155 Van Gordon Street, Suite 510 Lakewood, CO 80228 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: kelly.rima@va.gov. Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price 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. 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/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Technical Ability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Key Personnel Staffing plan Proposal Contents: Two volumes should be submitted. Volume 1 is Pricing and Volume 2 is Technical. -Volume 1 - Pricing Offer letter on Company letterhead listing any exceptions. Schedule of Supplies/Services with Quoted amounts. -Volume 2 - Technical Package for Evaluation Explain past experience in performing similar work. Explain how the company and subcontractors plan to perform work under this contract. Key personnel resumes. Staffing plan. Past Performance Reference List. The offeror is responsible for providing at least 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. 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) 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 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) VAAR 852.203-70 Commercial Advertising (Jan 2008) 001AL-11-15-B Subcontracting Commitments Monitoring and Compliance (June 2011) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-79 Commercial Advertising (May 2008) 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)(8), (b)(12), (b)(22), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(33)(i), (b)(42), (b)(47), (b)(49), (b)(56), (c)(2), (c)(3), (c)(5), (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 $14.85 + $4.41 Laborer, Grounds Maintenance WG 3-3 $16.10 + $4.41 Laborer, Grounds Maintenance WG 3-5 $17.34 + $4.41 End of Addenda
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618R0465/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618R0465 36C78618R0465_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553607&FileName=36C78618R0465-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4553607&FileName=36C78618R0465-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: YELLOWSTONE NATIONAL CEMETERY;55 BUFFALO TRAIL ROAD;LAUREL, MT
- Zip Code: 59044
- Record
- SN05047852-W 20180823/180821231200-594964550a9ccba6114c6f4cdfad09bb (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 |