DOCUMENT
S -- BATON ROUGE NATIONAL CEMETERY CEMETERY OPERATIONS AND GROUNDS MAINTENANCE SERVICES - Attachment
- Notice Date
- 9/27/2018
- Notice Type
- Attachment
- NAICS
- 812220
— Cemeteries and Crematories
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;75 BARRETT HEIGHTS RD. SUITE 309;STAFFORD, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q9701
- Response Due
- 10/29/2018
- Archive Date
- 12/28/2018
- 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
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9701 Post Date: 9/27/2018 Original Response Date: 10/29/2018 at 4:00 pm Applicable NAICS: 812220 Classification Code: S208 Set Aside Type: 100% Service Disabled Veteran Owned Small Business Period of Performance: Date of Award through September 30, 2019 plus, four, one-year option periods, if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Baton Rouge National Cemetery 220 North 19th St. Baton Rouge, LA 70806 Attachments: A Performance Work Statement B Past Performance Questionnaire C List of References This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78618Q9701. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 (22 Aug 2018). This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 812220, with a business size standard of $20.5 million. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirements Contract. Scope: The contractor shall be responsible for providing total cemetery operation services at Baton Rouge National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete grave excavations, interments, and grounds and facility maintenance services to maintain the Baton Rouge National Cemetery located at 20978 Port Hickey Road, Baton Rouge, LA 70806, following National Cemetery Administration standards. Contract period will consist of a base period from February 1, 2019 (or date of contract award), through September 30, 2019, with up to four (4) one-year options to extend the term of the contract through September 30, 2023. There will be a transition period of approximately 30 days from the date of award; and full contract operations are anticipated to start February 1, 2019. 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. The guaranteed minimum award for this contract is $500.00. The maximum aggregate value of orders that can be placed under this contract is $1,350,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. Period of Performance: Date of award through September 30, 2019, plus four, one-year option periods, if exercised. Estimated beginning of period of performance: February 1, 2019. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 35.00 JB $___________ $___________ Mow all improved turf areas Contract Period: Base POP Begin: 02-01-2019 POP End: 09-30-2019 Estimated 7.3 acres, mowed each week 0002 35.00 JB $___________ $___________ String trim grass in improved turf areas inaccessible to mowing equipment to include all sidewalks, curbs, driveways, trees, planting beds, monuments, buildings, walls, fences, signs, other vertical surfaces. Est. 7.3 acres, trimmed each week 0003 35.00 JB $___________ $___________ Trim headstones and edge markers in conjunction with every mowing. Remove and replace graveside flowers and associated items. Estimated 5,120 upright headstones and flat markers, trimmed/edged each week 0004 18.00 JB $___________ $___________ Blade edge all curbing, sidewalks, and roads Estimated 2,384 linear feet each job 0005 35.00 WK $___________ $___________ Remove waste for receptacles and maintain driveways, parking lots, and grounds free of debris 0006 2.00 JB $___________ $___________ Pre-Emergent Herbicide Applications, all improved turf areas 0007 3.00 JB $___________ $___________ Post-Emergent Herbicide Applications, all improved turf areas 0008 8.00 MO $___________ $___________ Monthly monitoring for weed management 0009 3.00 JB $___________ $___________ Fertilizer Applications (with lime as needed). Free flowing, granular, 21-7-14 with 50% slow release nitrogen (SCU), with micronutrients 0010 25.00 EA $___________ $___________ Sunken Grave Repair 0011 35.00 WK $___________ $___________ Remove floral arrangements, floral holders, and grave decorations placed at all gravesites in accordance with cemetery floral policy. 0012 8.00 JB $___________ $___________ Collect and remove autumn leaves, nuts, and twigs (above and beyond normal leaf and debris removal as part of regular grounds maintenance). On ordered on an as needed basis by the Contracting Officer's Representative (COR). 0013 1.00 JB $___________ $___________ Placement and removal of gravesite flags, Memorial Day (Approximately 5,120 gravesite flags per job) 0014 2.00 JB $___________ $___________ Placement and removal of 18 Avenue of Flags on Memorial Day and Veterans Day 0015 52.00 WK $___________ $___________ Janitorial services, cleaning, and maintenance of public restrooms 0016 2.00 JB $___________ $___________ Headstone Cleaning and Maintenance: upright headstone 5,120, twice per year. 0017 10.00 EA $___________ $___________ Initial and Replacement Headstone/Marker receiving, inspection, setting, and alignment 0018 250.00 EA $___________ $___________ Fine tune alignment of upright headstones 0019 25.00 EA $___________ $___________ Raise & Realignment of existing headstones/markers 0020 15.00 JB $___________ $___________ Raise and lower US Flag for services, special events 0021 5.00 EA $___________ $___________ Interment, Casket, Traditional: Grave excavation and backfilling 0022 5.00 EA $___________ $___________ Interment, Cremains, In-Ground: Grave excavation and backfilling 0023 1.00 JB $___________ $___________ Disinterment of in ground Caskets: Grave excavation and backfilling 1001 52.00 JB $___________ $___________ Mow all improved turf areas Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 Estimated 7.3 acres, mowed each week 1002 52.00 JB $___________ $___________ String trim grass in improved turf areas inaccessible to mowing equipment to include all sidewalks, curbs, driveways, trees, planting beds, monuments, buildings, walls, fences, signs, other vertical surfaces. Est. 7.3 acres, trimmed each week 1003 52.00 JB $___________ $___________ Trim headstones and edge markers in conjunction with every mowing. Remove and replace graveside flowers and associated items. Estimated 5,120 upright headstones and flat markers, trimmed/edged each week 1004 26.00 JB $___________ $___________ Blade edge all curbing, sidewalks, and roads Estimated 2,384 linear feet each job 1005 52.00 WK $___________ $___________ Remove waste for receptacles and maintain driveways, parking lots, and grounds free of debris 1006 2.00 JB $___________ $___________ Pre-Emergent Herbicide Applications, all improved turf areas 1007 3.00 JB $___________ $___________ Post-Emergent Herbicide Applications, all improved turf areas 1008 12.00 MO $___________ $___________ Monthly monitoring for weed management 1009 3.00 JB $___________ $___________ Fertilizer Applications (with lime as needed). Free flowing, granular, 21-7-14 with 50% slow release nitrogen (SCU), with micronutrients 1010 25.00 EA $___________ $___________ Sunken Grave Repair 1011 52.00 WK $___________ $___________ Remove floral arrangements, floral holders, and grave decorations placed at all gravesites in accordance with cemetery floral policy. 1012 12.00 JB $___________ $___________ Collect and remove autumn leaves, nuts, and twigs (above and beyond normal leaf and debris removal as part of regular grounds maintenance). On ordered on an as needed basis by the Contracting Officer's Representative (COR). 1013 1.00 JB $___________ $___________ Placement and removal of gravesite flags, Memorial Day (Approximately 5,120 gravesite flags per job) 1014 2.00 JB $___________ $___________ Placement and removal of 18 Avenue of Flags on Memorial Day and Veterans Day 1015 52.00 WK $___________ $___________ Janitorial services, cleaning, and maintenance of public restrooms 1017 10.00 EA $___________ $___________ Initial and Replacement Headstone/Marker receiving, inspection, setting, and alignment 1018 250.00 EA $___________ $___________ Fine tune alignment of upright headstones 1019 25.00 EA $___________ $___________ Raise & Realignment of existing headstones/markers 1020 15.00 JB $___________ $___________ Raise and lower US Flag for services, special events 1021 5.00 EA $___________ $___________ Interment, Casket, Traditional: Grave excavation and backfilling 1022 5.00 EA $___________ $___________ Interment, Cremains, In-Ground: Grave excavation and backfilling 1023 1.00 JB $___________ $___________ Disinterment of in ground Caskets: Grave excavation and backfilling 2001 52.00 JB $___________ $___________ Mow all improved turf areas Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 Estimated 7.3 acres, mowed each week 2002 52.00 JB $___________ $___________ String trim grass in improved turf areas inaccessible to mowing equipment to include all sidewalks, curbs, driveways, trees, planting beds, monuments, buildings, walls, fences, signs, other vertical surfaces. Est. 7.3 acres, trimmed each week 2003 52.00 JB $___________ $___________ Trim headstones and edge markers in conjunction with every mowing. Remove and replace graveside flowers and associated items. Estimated 5,120 upright headstones and flat markers, trimmed/edged each week 2004 26.00 JB $___________ $___________ Blade edge all curbing, sidewalks, and roads Estimated 2,384 linear feet each job 2005 52.00 WK $___________ $___________ Remove waste for receptacles and maintain driveways, parking lots, and grounds free of debris 2006 2.00 JB $___________ $___________ Pre-Emergent Herbicide Applications, all improved turf areas 2007 3.00 JB $___________ $___________ Post-Emergent Herbicide Applications, all improved turf areas 2008 12.00 MO $___________ $___________ Monthly monitoring for weed management 2009 3.00 JB $___________ $___________ Fertilizer Applications (with lime as needed). Free flowing, granular, 21-7-14 with 50% slow release nitrogen (SCU), with micronutrients 2010 25.00 EA $___________ $___________ Sunken Grave Repair 2011 52.00 WK $___________ $___________ Remove floral arrangements, floral holders, and grave decorations placed at all gravesites in accordance with cemetery floral policy. 2012 12.00 JB $___________ $___________ Collect and remove autumn leaves, nuts, and twigs (above and beyond normal leaf and debris removal as part of regular grounds maintenance). On ordered on an as needed basis by the Contracting Officer's Representative (COR). 2013 1.00 JB $___________ $___________ Placement and removal of gravesite flags, Memorial Day (Approximately 5,120 gravesite flags per job) 2014 2.00 JB $___________ $___________ Placement and removal of 18 Avenue of Flags on Memorial Day and Veterans Day 2015 52.00 WK $___________ $___________ Janitorial services, cleaning, and maintenance of public restrooms 2017 10.00 EA $___________ $___________ Initial and Replacement Headstone/Marker receiving, inspection, setting, and alignment 2018 250.00 EA $___________ $___________ Fine tune alignment of upright headstones 2019 25.00 EA $___________ $___________ Raise & Realignment of existing headstones/markers 2020 15.00 JB $___________ $___________ Raise and lower US Flag for services, special events 2021 5.00 EA $___________ $___________ Interment, Casket, Traditional: Grave excavation and backfilling 2022 5.00 EA $___________ $___________ Interment, Cremains, In-Ground: Grave excavation and backfilling 2023 1.00 JB $___________ $___________ Disinterment of in ground Caskets: Grave excavation and backfilling 3001 52.00 JB $___________ $___________ Mow all improved turf areas Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 Estimated 7.3 acres, mowed each week 3002 52.00 JB $___________ $___________ String trim grass in improved turf areas inaccessible to mowing equipment to include all sidewalks, curbs, driveways, trees, planting beds, monuments, buildings, walls, fences, signs, other vertical surfaces. Est. 7.3 acres, trimmed each week 3003 52.00 JB $___________ $___________ Trim headstones and edge markers in conjunction with every mowing. Remove and replace graveside flowers and associated items. Estimated 5,120 upright headstones and flat markers, trimmed/edged each week 3004 26.00 JB $___________ $___________ Blade edge all curbing, sidewalks, and roads Estimated 2,384 linear feet each job 3005 52.00 WK $___________ $___________ Remove waste for receptacles and maintain driveways, parking lots, and grounds free of debris 3006 2.00 JB $___________ $___________ Pre-Emergent Herbicide Applications, all improved turf areas 3007 3.00 JB $___________ $___________ Post-Emergent Herbicide Applications, all improved turf areas 3008 12.00 MO $___________ $___________ Monthly monitoring for weed management 3009 3.00 JB $___________ $___________ Fertilizer Applications (with lime as needed). Free flowing, granular, 21-7-14 with 50% slow release nitrogen (SCU), with micronutrients 3010 25.00 EA $___________ $___________ Sunken Grave Repair 3011 52.00 WK $___________ $___________ Remove floral arrangements, floral holders, and grave decorations placed at all gravesites in accordance with cemetery floral policy. 3012 12.00 JB $___________ $___________ Collect and remove autumn leaves, nuts, and twigs (above and beyond normal leaf and debris removal as part of regular grounds maintenance). On ordered on an as needed basis by the Contracting Officer's Representative (COR). 3013 1.00 JB $___________ $___________ Placement and removal of gravesite flags, Memorial Day (Approximately 5,120 gravesite flags per job) 3014 2.00 JB $___________ $___________ Placement and removal of 18 Avenue of Flags on Memorial Day and Veterans Day 3015 52.00 WK $___________ $___________ Janitorial services, cleaning, and maintenance of public restrooms 3017 10.00 EA $___________ $___________ Initial and Replacement Headstone/Marker receiving, inspection, setting, and alignment 3018 250.00 EA $___________ $___________ Fine tune alignment of upright headstones 3019 25.00 EA $___________ $___________ Raise & Realignment of existing headstones/markers 3020 15.00 JB $___________ $___________ Raise and lower US Flag for services, special events 3021 5.00 EA $___________ $___________ Interment, Casket, Traditional: Grave excavation and backfilling 3022 5.00 EA $___________ $___________ Interment, Cremains, In-Ground: Grave excavation and backfilling 3023 1.00 JB $___________ $___________ Disinterment of in ground Caskets: Grave excavation and backfilling 4001 52.00 JB $___________ $___________ Mow all improved turf areas Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 Estimated 7.3 acres, mowed each week 4002 52.00 JB $___________ $___________ String trim grass in improved turf areas inaccessible to mowing equipment to include all sidewalks, curbs, driveways, trees, planting beds, monuments, buildings, walls, fences, signs, other vertical surfaces. Est. 7.3 acres, trimmed each week 4003 52.00 JB $___________ $___________ Trim headstones and edge markers in conjunction with every mowing. Remove and replace graveside flowers and associated items. Estimated 5,120 upright headstones and flat markers, trimmed/edged each week 4004 26.00 JB $___________ $___________ Blade edge all curbing, sidewalks, and roads Estimated 2,384 linear feet each job 4005 52.00 WK $___________ $___________ Remove waste for receptacles and maintain driveways, parking lots, and grounds free of debris 4006 2.00 JB $___________ $___________ Pre-Emergent Herbicide Applications, all improved turf areas 4007 3.00 JB $___________ $___________ Post-Emergent Herbicide Applications, all improved turf areas 4008 12.00 MO $___________ $___________ Monthly monitoring for weed management 4009 3.00 JB $___________ $___________ Fertilizer Applications (with lime as needed). Free flowing, granular, 21-7-14 with 50% slow release nitrogen (SCU), with micronutrients 4010 25.00 EA $___________ $___________ Sunken Grave Repair 4011 52.00 WK $___________ $___________ Remove floral arrangements, floral holders, and grave decorations placed at all gravesites in accordance with cemetery floral policy. 4012 12.00 JB $___________ $___________ Collect and remove autumn leaves, nuts, and twigs (above and beyond normal leaf and debris removal as part of regular grounds maintenance). On ordered on an as needed basis by the Contracting Officer's Representative (COR). 4013 1.00 JB $___________ $___________ Placement and removal of gravesite flags, Memorial Day (Approximately 5,120 gravesite flags per job) 4014 2.00 JB $___________ $___________ Placement and removal of 18 Avenue of Flags on Memorial Day and Veterans Day 4015 52.00 WK $___________ $___________ Janitorial services, cleaning, and maintenance of public restrooms 4017 10.00 EA $___________ $___________ Initial and Replacement Headstone/Marker receiving, inspection, setting, and alignment 4018 250.00 EA $___________ $___________ Fine tune alignment of upright headstones 4019 25.00 EA $___________ $___________ Raise & Realignment of existing headstones/markers 4020 15.00 JB $___________ $___________ Raise and lower US Flag for services, special events 4021 5.00 EA $___________ $___________ Interment, Casket, Traditional: Grave excavation and backfilling 4022 5.00 EA $___________ $___________ Interment, Cremains, In-Ground: Grave excavation and backfilling 4023 1.00 JB $___________ $___________ Disinterment of in ground Caskets: Grave excavation and backfilling GRAND TOTAL __________________ PRICE SUMMARY Base Period (date of award through 9/30/2019) $ Option Period 1 (10/1/2019 through 9/30/2020) $ Option Period 2 (10/1/2020 through 9/30/2021) $ Option Period 3 (10/1/2021 through 9/30/2022) $ Option Period 4 (10/1/2022 through 9/30/2023) $ Total Estimated Price (Base Plus all Option Periods): $ Services to be Provided: See Attachment A Performance Work Statement SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Baton Rouge National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Baton Rouge National Cemetery: POC: Maurice Roan Phone: 225-654-1988 POC: Chris Carpenter Phone: 225-654-1988 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. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 10/29/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. 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 B) -List of References (Attachment C) 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. Evaluation Process: The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. 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: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Past Performance SDVOSB Status verification in CVE Proposal Contents: -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 & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment B) 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. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment C) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1 Instructions to Offerors Commercial Items (Aug 2018) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2018) FAR 52.223-1 Biobased Product Certification (May 2012) FAR 52.233-2 Service of Protest (Sept 2006) VAAR 852.233-70 Protest Content /Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) 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 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-9 Personal Identify Verification of Contractor Personnel (Jan 2011) FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997) CL-120 Supplemental Insurance Requirements In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $250,000.00 per person; $500,000.00 per occurrence and $100,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(1), (b)(4), (b)(6), (b)(7), (b)(8), (b)(16), (b)(22), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33)(i), (b)(34), (b)(35)(i), (b)(42), (b)(46), (b)(49), (b)(55), (c)(1), (c)(2), (c)(4), (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 $12.26 + $4.48 Laborer, Grounds Maintenance WG 3-5 $14.33+ $4.48 Janitor WG 2-1 $10.78+ $4.48 Janitor WG 2-5 $12.58 + $4.48 End of Addenda End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9701/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9701 36C78618Q9701_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611911&FileName=36C78618Q9701-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611911&FileName=36C78618Q9701-000.docx
- File Name: 36C78618Q9701 ATTACHMENT A PERFORMANCE WORK STATEMENT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611912&FileName=36C78618Q9701-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611912&FileName=36C78618Q9701-001.docx
- File Name: 36C78618Q9701 ATTACHMENT B PAST PERFORMANCE QUESTIONNAIRE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611913&FileName=36C78618Q9701-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611913&FileName=36C78618Q9701-002.pdf
- File Name: 36C78618Q9701 ATTACHMENT C LIST OF REFERENCES.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611914&FileName=36C78618Q9701-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611914&FileName=36C78618Q9701-003.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9701 36C78618Q9701_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4611911&FileName=36C78618Q9701-000.docx)
- Place of Performance
- Address: BATON ROUGE NATIONAL;220 NORTH 19TH STREET;BATON ROUGE, LA
- Zip Code: 70806
- Zip Code: 70806
- Record
- SN05108737-W 20180929/180928031955-18b921151ce421fb1832153472a927ed (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 |