DOCUMENT
F -- FY19 NEW: Lake management services for lake and littoral zones at the wetlands of the Sarasota National Cemetery for FY19. This contract is for a base year and 4 option years based on the availability of funds for FY18. Service - Attachment
- Notice Date
- 9/17/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Services;155 Van Gordon Street, Suite 501;Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- 36C78619Q0030
- Response Due
- 9/27/2018
- Archive Date
- 12/26/2018
- Point of Contact
- Jerry L. Hodson Jr
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 6 Page 1 of Page 5 of 14 Page 1 of 6 Page 1 of GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: RFQ 36C78619Q0030 Post Date: 09/17/2018 Response Date: 9/27/2018 10:00am MST Applicable NAICS: 561730 -- Landscaping Services Classification Code: S208 Housekeeping Landscaping/Groundskeeping Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB) Tiered Evaluation Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 155 Van Gordon Street, Suite 501 Lakewood, CO 80228 Place of Performance: Sarasota National Cemetery 9810 State Rd 72 Sarasota, FL 34241 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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 / 08-22-2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 -- Landscaping Services, with a small business size standard of $7.5 million. This announcement constitutes the only solicitation; quotes are being requested, and all solicitation provisions & clauses are incorporated in this announcement. Site Visit will be based on availability of Sarasota National Cemetery. Site visit is not mandatory, but recommended. Responses to this Request for Quotes (RFQ) are due to the Contracting Officer no later than 10:00 AM MST on 09/27/2018. Responses to this announcement will result in a Firm-Fixed Price purchase order with FOB Destination and the Government intends to make award under this announcement without discussions. The Sarasota National Cemetery is seeking to purchase services to provide lake and wetland management services. See Statement of Work below for details and price schedule. 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. This synopsis will involve a tiered evaluation (cascading) in accordance with Procurement Policy Memorandum 2018-04 5(b). This solicitation is being issued as a tiered evaluation for Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns, or in the alternative, a tiered evaluation for Veteran Owned Small Businesses (VOSB) concerns, or in the alternative, a set aside for other Small Business (SB) 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. Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov 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. QUOTES ITEMS: **BASE YEAR Period of Performance 10-1-2018 to 9-30-2019 CLIN 0001 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 5 lakes totaling 23.7 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0002 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 7 wetlands and littoral zone totaling 14.4 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0003 Contractor shall complete and submit semi-annual Botanical reports to the US Army Corp of Engineers and Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ CLIN 0004 Contractor shall complete and submit annual Wetland report to the U. S. Army Corp of Engineers and the Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ GRAND TOTAL BASE YEAR $________________ **OPTION YEAR-1 Period of Performance 10-1-2019 to 9-30-2020 CLIN 0001 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 5 lakes totaling 23.7 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0002 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 7 wetlands and littoral zone totaling 14.4 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0003 Contractor shall complete and submit semi-annual Botanical reports to the US Army Corp of Engineers and Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ CLIN 0004 Contractor shall complete and submit annual Wetland report to the U. S. Army Corp of Engineers and the Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ GRAND TOTAL OPTION YEAR-1 $________________ **OPTION YEAR-2 Period of Performance 10-1-2020 to 9-30-2021 CLIN 0001 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 5 lakes totaling 23.7 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0002 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 7 wetlands and littoral zone totaling 14.4 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0003 Contractor shall complete and submit semi-annual Botanical reports to the US Army Corp of Engineers and Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ CLIN 0004 Contractor shall complete and submit annual Wetland report to the U. S. Army Corp of Engineers and the Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ GRAND TOTAL OPTION YEAR-2 $________________ **OPTION YEAR-3 Period of Performance 10-1-2021 to 9-30-2022 CLIN 0001 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 5 lakes totaling 23.7 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0002 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 7 wetlands and littoral zone totaling 14.4 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0003 Contractor shall complete and submit semi-annual Botanical reports to the US Army Corp of Engineers and Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ CLIN 0004 Contractor shall complete and submit annual Wetland report to the U. S. Army Corp of Engineers and the Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ GRAND TOTAL OPTION YEAR-3 $________________ **OPTION YEAR-4 Period of Performance 10-1-2021 to 9-30-2022 CLIN 0001 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 5 lakes totaling 23.7 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0002 Contractor shall provide all labor, equipment, materials, and supervision to complete all services outlined in the PWS. Services include, but not limited to, monthly inspections, monthly reports, treatment of algae, shoreline monitoring of acreage and lakes, evaluation of water quality, fish and plant health for 7 wetlands and littoral zone totaling 14.4 acres. QTY: 12 Unit of Issue: Months Unit Price: $_____________ Total Price: $_____________ CLIN 0003 Contractor shall complete and submit semi-annual Botanical reports to the US Army Corp of Engineers and Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ CLIN 0004 Contractor shall complete and submit annual Wetland report to the U. S. Army Corp of Engineers and the Southwest Florida Water Management District as noted in the PWS. QTY: 2 Unit of Issue: Each Unit Price: $_____________ Total Price: $_____________ GRAND TOTAL OPTION YEAR-4 $________________ GRAND TOTAL BASE and ALL OPTIONS $_________________ ***QUOTE SUBMISSION INFORMATION*** Quotes shall be submitted digitally via email to the following: jerry.hodson@va.gov Questions pertaining to this announcement shall be sent by email to: jerry.hodson@va.gov. Telephone inquiries will not be accepted. All questions will be submitted no later than 9/18/2018 at 10:00 AM MST. PROVISIONS AND CLAUSES: The full text of FAR provisions and clauses may be accessed electronically at: https://www.acquisition.gov/?q=browsefar The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: Instructions to Offerors Commercial Items (Aug 2018) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) Remit to address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (12) Quoter s must be submitted on company letterhead. Commercial format is encouraged. All quotes 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; and Email Address. Page 14 of 14 (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during re-award testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to GSA Federal Supply Service, Specifications Section Suite 8100, 470 East L Enfant Plaza, SW, Washington, DC 20407 Telephone (202) 619-8925: Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the Offeror s name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency s evaluation of the significant weak or deficient factors in the debriefed offeror s offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) ****this solicitation will use the tiered Evaluation process**** 52.212-2 Evaluation Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation Commercial Items (Oct 2014) Evaluation Process: The Government will award a firm fix contract, using FAR Part 13, Simplified Acquisition Procedures. The award will be made to a Contractor whose offer is the most advantageous to the Government, considering the administrative cost of service. Offeror will be evaluated by utilizing a comparative evaluation of offers. Although the evaluation of an Offeror and award of a contract will be made without discussion, the Government nevertheless reserves the right to conduct discussions if the Contracting Officer later determines it to be necessary. Price: Proposed price will be evaluated for Reasonableness and Realism. The Government reserves the right to reject all proposals if doing so is in the best interest of the Government. Technical Approach: Offer shall be evaluated in accordance with the criteria contained in the solicitation and on how well the technical approach meets the Government requirements. The Technical approach shall include a brief yet comprehensive narrative that details the Contractor s efforts. Failure to provide the required narrative will result in the Contractor being considered non-responsive. Past performance: Past performance shall be evaluated based on the Offer s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods. (Sample Past Performance Questioner on last page) 1. The Contracting Officer s knowledge of previous experience with the supply or service being acquired; 2. Customer past performance questionnaire replies 3. The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or; 4. Any other reasonable basis. (End of Provision) NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(s). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items (Aug 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). _X_ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _X_ (22) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28)(i) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (ii) Alternate I (Feb 1999) of 52.222-26. _X_ (29)(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). (ii) Alternate I (July 2014) of 52.222-35. _X_ (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (ii) Alternate I (July 2014) of 52.222-36. _X_ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _X_ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). _X_ (44) 52.223-21, Foams (Jun 2016) (E.O. 13693). _X_ (46) 52.225-1, Buy American Supplies (May 2014) (41 U.S.C. chapter 83). _X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). _X_ (2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). _X_ (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). _X_ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). _X_ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vii) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67). (xiii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (xix)(A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) VAAR 852.203-70 Commercial Advertising VAAR 852.211-70 Service Data Manuals VAAR 852.211-73 Brand Name or Equal VAAR 852.211-74 Liquidated Damages VAAR 852.219-9 VA Small Business Subcontracting Plan Minimum Requirements VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside VAAR 852.232-72 Electronic Submission of Payments Requests VAAR 852.237-70 Contractor Responsibilities VAAR 852.246-70 Guarantee VAAR 852.246-71 Inspection VAAR 852.273-74 Award without Exchanges 001AL-11-15-1 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside (DEC 2009). Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Performance Work Statement 9-13-2018 Lakes & Wetland Management Services Contractor shall provide lake and wetland management services described below for Sarasota National Cemetery, 9810 State Rd 72, Sarasota FL 34241. Operating hours are: Mon. Fri. 8am 4:30pm Lakes, ponds, and drainage ditches included in this Statement of Work: Lakes 1A, 1B, 1C, 1D, 2A; Wetlands 2A, 2B, 5A, 5B, 2E and Compensation area (created wetland) CA1. See aerial image at end of document labeling each area. LAKE MANAGEMENT SERVICES Contractor shall provide lake management to include the following: Lake (open water) and shoreline services not less than 12 times per year (monthly); algae and exotic shoreline weed control shall be consistent with current industry standards; evaluation of water quality regarding fish, plant health and consultation as necessary on any lake management issues. The primary goal of monthly maintenance is the suppression and elimination of exotic and invasive plant species so that beneficial, native species will flourish. Invasive native species will be controlled to maintain an esthetically pleasing and natural look around the lakes. Please note that some vegetation like Water Primrose, Cattails and Brazilian Pepper require many months to decompose. Unless otherwise noted, it is Contractor s responsibility to remove and dispose of this dead plant material. These plant species are much more difficult to control, sometimes taking several months of treatment. WETLAND MANAGEMENT SERVICES Preserve management involves suppression and elimination of exotic and invasive plant species so that beneficial, native species will flourish. Vegetation is left in place unless otherwise noted. Some vegetation, like Water Primrose, Cattails, Melaleuca and Brazilian Pepper require many months or years to decompose. Each preserve will be monitored at least quarterly. All exotic plants shall be treated with EPA approved herbicides such as Diquat, Glyphosate, Triclopyr, Imazapyr and Polaris AC herbicide. It is the Contractor s responsibility to confirm these herbicides are EPA approved. FISH KILLS Contractor shall remove all fish that are killed due to periodic treatments, natural causes (e.g. algae bloom) or other causes (e.g. pesticide or lawn service poisoning) and shall be included as part of the quote. UNSCHEDULED SERVICE Contractor shall respond to any concerns, (complaints), within three business days, weather permitting. BOAT ACCESS Boat access is vital for all lakes that are wider than 30 feet. Contractor is responsible for providing the boat. INSURANCE Contractor shall maintain all required insurance as mandated by federal and state law to include workman s compensation, general liability, property damage, and vehicle liability. Contractor shall submit a certificate of insurance by email to the Contracting Officer (CO) and the Contracting Officer Representative (COR) within 10 days after award. JURISDICTION & COLLECTION The jurisdiction of Sarasota County, the State of Florida and its laws shall govern the management of wetlands and lakes. TERM OF PROPOSED CONTRACT Base year, (12) months, plus four option years, (12) months each year. REPORTING Contractor shall complete and submit required Botanical and Wetland reports. There will be two semi-annual Botanical reports and one annual Wetland report, prepared online at website http://WaterMatters.org/loginERP. All reports shall be sent by hard copy or sent digitally to the US Army Corp of Engineers, (point of contact Tracy Hurst at tracy.e.hurst@usace.army.mil), and the Southwest Florida Water Management District using the Districts Resource Permitting System in ePermitting using the District s website noted above. Additionally, all reports shall be submitted by email to COR and CO. The Contractor shall sign a visitor s log book in and out when conducting work at the work sites. The Contractor shall provide monthly reports detailing lake #, wetland #, and services provided i.e. herbicide used and types of weeds removed. These reports shall be submitted by email to COR and CO within the 1st 10 days each month. Lake and Wetland Legend to Map LAKES Acres Notes 1A 0.3 1B 6.2 The Littoral Zone noted below in Wetlands has been subtracted from this area size. 1C 2.3 1D 5.4 2A 9.5 Total Lakes 23.7 WETLANDS Littoral Zone 1.5 This is the shallow lake plant life in Lake 1B noted on the map in blue. Compensation Area (CA1) 0.6 Wetland over flow area 2A 2.5 2B 0.8 5A 4.5 5B 4.1 2E 1.9 Total LZ, WL & CA 15.9 Total area of managed: 39.6 The area in blue is considered the Littoral Zone See attached WAGE DETERMINATION SAMPLE Past Performance Questionnaire Below: BUSINESS MANAGEMENT QUESTIONNAIRE-/PAST PERFORMANCE INSTRUCTIONS: Offerors must identify previous federal, state, and local Government and private contracts that they have completed and that are similar to the contract being evaluated. List at least three (3), but no more than five (5) contracts for evaluation limited to the last five (5) years. (One contract reference per form, Form may be duplicated) NOTE: If you have performed any National Cemetery Administration contracts list them first. Contractor (you) Information: Name: _____________________________________________________________________ Address: ___________________________________________________________________ Telephone Number: ___________________________________________________________ E-mail: ______________________________________________________________________ Contract Information: Name of company/agency you provided service for: ___________________________________ Contract Number: _____________________________________________________________ Type of Contract: _______________________________________________________________ Contract Dollar Value: ___________________________________________________________ Date of Award: _________________________________________________________________ Status: Completed, Yes____ No____ If not completed, projected completion date____________ If not completed, why?___________________________________________________________ Were you the Prime Contractor?______________ were you the Sub Contractor? ___________ ***End of Document***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0030/listing.html)
- Document(s)
- Attachment
- File Name: 36C78619Q0030 36C78619Q0030_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595081&FileName=36C78619Q0030-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595081&FileName=36C78619Q0030-000.docx
- File Name: 36C78619Q0030 P07_WD 15-4548_Rev-6_7-31-18.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595082&FileName=36C78619Q0030-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595082&FileName=36C78619Q0030-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78619Q0030 36C78619Q0030_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595081&FileName=36C78619Q0030-000.docx)
- Place of Performance
- Address: Sarasota National Cemetery;9810 State Rd 72;Sarasota, FL
- Zip Code: 34241
- Zip Code: 34241
- Record
- SN05092707-W 20180919/180917231334-95a2b9fae16203822ea8e91c1a0c8806 (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 |