Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2018 FBO #6214
SOLICITATION NOTICE

S -- Grounds Maintenance Svcs| Evergreen Cemetery Soldier's Lot

Notice Date
11/26/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACTING SERVICES;75 BARRETT HEIGHTS RD, SUITE 309
 
ZIP Code
22556
 
Solicitation Number
36C78619Q0062
 
Response Due
12/3/2018
 
Archive Date
2/1/2019
 
Point of Contact
tracy.williams6@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ FOR COMMERCIAL SERVICES GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Tiered Evaluation Solicitation Number: 36C78619Q0062 Title: Grounds Maintenance Services- Evergreen Cemetery Soldiers Lot Post Date: 11/20/2018 Original Response Date: 12/03/2018 at 12:00 pm, EST Applicable NAICS: 3561730 Classification Code: S208 Set Aside Type: Service Disabled Veteran Owned Small Business Period of Performance: Date of Award TBD ARO Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration Contracting Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Attachments: A Evergreen Cemetery Soldiers Lot Map 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0062. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 Effective October-26-2018 This is a 100% set-aside for Service Disabled Veteran Owned Small Business. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set aside for other small business 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. 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 OF WORK: LAWN MAINTENANCE LAWN MAINTENANCE - MOWING, EDGING AND TRIMMING MOWING The Offeror shall be responsible for mowing, edging and trimming all grass within the cemetery grounds and outside cemetery perimeter enclosure walls as specified by the Contracting Officer s Representative (COR). This service area encompasses approximately 0.25 (Cutting heights of all mowing equipment shall be set per heights specified below also see attached Agronomic Protocols for additional information regarding all mowing specifications). Riding mowers are permitted and must have mulching decks provided they are not operated within three (3) inches of headstones, markers, monuments, tree trunks or other vertical surfaces. Regular mowing is required to be performed before trimming. If ground is wet, to the point of causing rutting, mowers will not be used until ground conditions permit. COR will be notified immediately. Walk-behind, push type machines, hand held weed whips or trimming shears will be used to trim grass from around headstones, monuments, markers, etc. Cutting blades on mowing and trimming equipment must be kept sharpened or replaced weekly so that grass tips are properly cut and not torn or damaged. Documentation must be provided upon request indicating weekly blade sharpening and/or replacement. Turf shall be mowed to a height of 3.5 inches. Areas of the Cemetery where the grass is NOT to be mowed, will be delineated by the COR. Mowing of new sod, new seed, and grass matted areas with riding mowers is not permitted until they have become established turf. When grass in these areas gets tall enough and requires mowing, it shall be carefully mowed with a push mower at 3.5 inches until sod is established well enough to support riding mowers without damage to the grass or soil surface. Areas shall be properly marked by the Offeror NEW SOD, NEW SEED AREAS, etc., for public knowledge. Offeror shall mow all turf areas so that no more than 1/3 of the height of grass is removed at any one mowing. If grass clippings are evident, the Offeror is responsible for the removal of clippings at no extra cost to the Government. Grass clippings that adhere to headstones are to be cleaned from headstones after each mowing event. TRIMMING Grass areas not mowed around headstones, monuments, markers, and other vertical surfaces shall be trimmed with each mowing and within 3 days prior to Memorial Day, Veterans Day. Additional trimming outside of the regular schedule may be required for additional federal holidays as identified by the COR. Trimming around headstones shall leave grass at 3.5 inches tall, the same height as mowing. Scalping is not acceptable. Where scalping is evident, Offeror will be responsible for repair of the damage at no cost to the Government. Trimming must be performed after mowing not before. Trimming around headstones shall leave grass at 3.5 inches tall, the same height as mowing. LAWN MAINTENANCE - FERTILIZATION, AEARATION, APPLICATION WEED CONTROL The Offeror will supply all necessary chemicals, materials, applicators, hoses and other equipment to successfully complete spraying, fertilization, and weeding requirements. Offeror shall be responsible for maintaining the turf area of the cemetery in a healthy condition by proper application of fertilizers, chemicals (to control weeds. The turf is to be aerated in late Fall (September or early October). Approximately 0.25 acres of turf area will be treated. Before any Fertilization chemicals are administered, documentation shall be provided to the COR by the Offeror PRIOR to application and must identify the following: x What types of chemicals/treatments are being applied? x Quantity (in fluid ounces) x Dates of Application (See Chemical Application Schedule on Page #5) ADDED x Location of applications (identify Cemetery section) x How were chemicals/treatments applied Fertilizer will be applied to all cemetery turf and landscape areas up to three times each year: mid-May, early September, and mid-November, unless unfavorable weather conditions persist or as otherwise directed by COR. The nitrogen (N) component of the fertilizer is to be 30-50% slow release, and the ratio of N:P:K is to be approximately 4:1:2 (for example, a fertilizer with an N,P,K analysis of 24-612 has a 4:1:2 ratio). The rate of fertilizer applied shall be based on its nitrogen content, with 1.0 pound of actual nitrogen applied per 1000 square feet in May and September, and 1.5 pounds actual nitrogen applied in November. Documentation shall be sent to COR of what, how much, when, where, and how the fertilizer was applied, prior to application. (See Agronomic Protocol #3: General Turf Grass Maintenance Operations for additional information). WEED AND DISEASE CONTROL All weed growth and disease shall be controlled by means of spray approved by the COR. Any personnel administering weed control sprays, must have a current license by the State of Kentucky to administer herbicides/pesticides. Before any Herbicide/Pesticide applications are administered, documentation shall be provided to the COR PRIOR to spraying and must identify the following: x What type of lime was Herbicide/Pesticide will be applied x Quantity (fluid ounces, gallon, etc.) x Date of Application (See Chemical Application Schedule on Page #5) x Location of Application (identify Cemetery section) x How Herbicide/Pesticide was applied Herbicide treatments for all weed control will be applied in the Spring (March or April) and the Fall (Oct. or Nov.) of each year. Spot treatment of individual escaped or late emerging weeds will be done as needed through the growing season (at least once per month) to maintain the cemetery in a generally weedfree condition. (See Agronomic Protocol #5 Selective Weed Control in Established Stands of Turf grass for additional details.) Crabgrass: A pre-emergence herbicide treatment for control of annual grasses (crabgrass) shall be applied annually before crabgrass begins to germinate (usually mid-March, earlier if conditions are unusually warm). The herbicide rate used will be the maximum allowed by the product label for cool-season grass in that region. (See Agronomic Protocol #6 Pre Emergent Control of Crabgrass and Other Annual Grass Weeds in Turf grass for additional details.) However, if the turf fertilizer contains broadleaf herbicide then a fertilizer without broadleaf herbicide shall be used in the shrub and landscape beds. Surface application of the fertilizer to the soil is adequate for application. Any fertilizer granules remaining on foliage of ornamentals shall be thoroughly brushed or washed off immediately after application. ADD SPRING CHEMICAL APPLICATION SCHEDULE (This schedule is subject to change and is contingent upon favorable weather conditions at time of application): JANUARY No Chemical Applications Needed FEBRUARY No Chemical Applications Needed MARCH Identify and spot spray for and treat pockets of winter annual weeds with broadleaf herbicide (Momentum Q and Three Way Select) Identify and spot spray trees and shrubs for insects and disease and treat as needed. (Contact COR for guidance) APRIL/MAY Apply fertilizer after turf is actively growing such as 24-6-16 at 4 lbs. per 1000sq. ft. April-Spray selective herbicides (Momentum Q and Three Way Select) to control broadleaf weeds in turf during late April when dandelions are flowering and weeds are actively growing. May- Apply a full rate of accepted crabgrass pre-emergence herbicide (Dimension) JUNE/JULY/AUGUST June- Early apply fertilizer 4-1-2 slow release to all turf at 1.0 per 100 sq. ft. SEPTEMBER Apply fall fertilizer to cemetery turf use a 4-1-2 at 1.0 per 1000 sq. ft. OCTOBER Apply Pre-emergent (Simazine) for Winter weeds. NOVEMBER/DECEMBER No Chemical Applications Needed LAWN MAINTENANCE: OVERSEEDING (as needed) Work consists of over-seeding established turf bed. All seeding materials are to conform to those specified below, unless otherwise specifically approved in writing by the Contracting Officer Representative (COR). Applied seed must have a minimum germination percentage of 85%. Specified materials are to be applied in amounts and methods herein stipulated. Offeror will be required to verify minimum germination requirements are met prior to application. Seed delivery tickets must be presented indicating date, weight, analysis, and Offeror s name, etc., are to be submitted to the COR prior to application. Grass seed shall be a fresh new-crop seed complying with purity and germination requirements stipulated by the State of Kentucky. Grass seed mix will be specified by the COR and is Tall Fescue Blend Select Certified. Only strains of grass sod that have been adapted in the State of Kentucky and certified by the State Agronomy Testing Laboratory will be accepted. Weed seeds and inert matter must not exceed 0.24% of total weight (all percentages are by weight). Seed is to be free of any noxious weeds. LAWN MAINTENANCE: LEAF COLLECTION Work consists of collecting and removing from the cemetery grounds and the immediate area outside the cemetery wall all fallen leaves, branches, and twigs as needed or directed by the COR. All fallen leaves must be collected and removed from the site daily or as needed until all fallen leaves are removed. Leaves, branches, and twigs will be hand raked, vacuumed or blown by walk-behind push type machines from interment areas into the roadways, and then collected and properly disposed of from cemetery grounds daily. Offeror will inspect all areas of the cemetery during this period and ensure that there is no accumulation of leaves in any area. TRASH AND DEBRIS REMOVAL: In the event of severe weather, Offeror may be required to perform additional debris and clean up duties to restore the Cemetery back to its original condition. COR will identify locations throughout the Cemetery where the Offeror will be required to pick up scattered debris, remove fallen trees, branches, limbs, twigs, leaves, etc., resulting from unexpected or adverse weather conditions. GENERAL CONDITIONS OFFEROR STAFFING REQUIREMENTS Offeror will supply a minimum of one (1) employee and one (1) Site Supervisor dedicated to performing all services outlined in this PWS. Contractor employee work may be supplemented with additional employees to accomplish ALL CLIN items successfully in a timely manner if required. The Contracting Officer must be notified immediately and an appropriate contract modification issued to obligate additional funding if required prior to additional staff commencing any work. SITE SUPERVISOR REQUIREMENTS Site Supervisor: A competent and experienced English-speaking Site Supervisor shall be provided by the Offeror whenever work is being performed other than trash and debris pick-up. The Site Supervisor must have not less than five (5) years of experience as a direct supervisor of grounds maintenance operations that included mowing, trimming, edging, and cleanup in industrial, commercial or public sites. The Site Supervisor shall ensure all specifications are being met, ensure contract work does not conflict with ceremonies and funerals, and ensure employees are adequately supervised and proper conduct is maintained. Site Supervisor shall prevent any disruption to the cemetery operations, including funerals, visitor privacy, internal traffic, and utilities. In the absence of the Site Supervisor, the Offeror shall appoint an English-speaking crew foreman or an employee who shall be responsible to ensure that work being accomplished is done so in an expeditious manner, is performed in accordance with the contract specifications and that the work will progress without undue delay. EMPLOYEE REQUIREMENTS The Offeror shall be responsible to ensure contracted employees providing work on this contract are fully trained and completely competent to perform the required work. Labor Force and Equipment: The Offeror shall be aware of the intensive labor and equipment requirements needed to meet contract specifications. Offeror shall be responsible to provide all labor and equipment as necessary to meet deadlines. The Offeror will provide all necessary resources to complete the efforts assigned under the scope of this contract. Employee Listing: The Offeror shall maintain and provide the COR a current list of all employees on site including subcontractor personnel. The list shall include the employee s name, job title, and driver s license number. Employee Identification: The Offeror's employees shall wear visible identification always while on the premises of the Cemetery. Permits and Licenses: The Offeror shall be responsible for obtaining all necessary and current licenses, permits, vehicular insurance and registration, Workman s Compensatory Liability Insurance, property liability insurance etc., prior to the commencement of work. The Offeror shall provide the Contracting Officer copies of these required documents with his/her proposal or as other times where the COR deems necessary during the duration of the project. OFFEROR/EMPLOYEE CODE OF CONDUCT Offeror personnel shall park only in the COR approved Offeror Staging Area identified for this project. Offeror's employees shall park privately owned vehicles in area designated for parking by the COR. Evergreen Cemetery Soldiers Lot will not validate or reimburse for parking violations of the Offeror's employees under any conditions. The Offeror shall be responsible to ensure that his/her employees (including Offeror s consultants, subcontractors, etc.) are aware of all the terms and conditions regarding their performance and conduct during the performance period of this contract. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation/summons answerable in the United Offeror personnel shall be required to adhere to the following standards of dress and conduct while performing work in the national cemetery. Offeror personnel shall be fully clothed at all times, to include an upper garment to cover body from waist to neck and long pants or slacks. T-shirts and/or tank tops as outer garments are prohibited, as are any garments which have a message or slogan affixed thereto. Offeror personnel must maintain a neat and professional appearance throughout the workforce, vehicles, equipment, and staging areas. Matching uniforms (pants and shirt, plus jacket in the cool season) for all employees are required- in addition to all state and federally mandated Occupational Safety and Health Administration (OSHA) compliant protective gear. Designated restroom facilities will be available to Offeror personnel. Locations will be COR identified at time of contract award. The Government will not be responsible for any loss, damage, or theft of Offeror's items. Offeror shall be responsible for housekeeping and custodial maintenance of Department of Veterans Affairs facilities used by the Offeror's employees. Electricity and phone service will NOT be furnished by the Government for the Offeror's work area. However, government will provide all electricity and water used on and for the cemetery facilities. Smoking is prohibited inside any onsite buildings at the Cemetery. CEMETERY ETIQUETTE Offeror personnel shall have a clear understanding and adherence to the following: DIGNITY CLAUSE Respect for Headstones and Markers in National Cemeteries; Handling of Markers and Headstones Every action by Offeror personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Offeror employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals. Offerors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them. No tools, equipment or other items will be placed or leaned on headstones or markers. Use care not to scratch or damage markers in any manner. Offeror shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (e.g., casket or urn), or outer burial container, the Offeror must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance. Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution. The Offeror is required to discuss the guidance with employees and/or subcontractors and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin. Contracted Site Supervisor will ensure that no Offeror personnel work will cause any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided on the day of the service. The Site Supervisor shall communicate not less than daily with the COR, to ask questions and ensure he/she and contracted personnel understands the off-limit areas. WORK HOURS/SCHEDULE Work may be performed between the hours of 8:00 a.m. to 4:30 p.m. local time, Monday through Friday during normal Federal workdays except observed Federal Holidays or unless otherwise directed by the COR. When situations prohibit work completion during the normal work week, (such as weather related or Offeror-caused delays), then the Offeror may request in writing to the COR at least 5 workdays in advance to work on weekends, as needed, to meet the requirements of performance within the period specified. The Government will not compensate the Offeror for any alternate work schedules needed for the Offeror to complete all contract work not completed within the specified period of performance. Inclement weather is not an excuse for not meeting contractual requirements. After Normal Hours/On-Call/Emergency Situations: The Offeror shall establish and maintain a point-of-contact to receive emergency calls from the COR(s). The point-of-contact shall be available on a 24-hour basis including during weekends, Federal Holidays and after normal hours of operation. The Offeror shall provide the COR a valid point of contact phone or cell phone number for the designated Site Supervisor for emergency and/or after hour s situations. Holidays observed by the Federal Government: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a national holiday. OFFEROR FURNISHED ITEMS There are no storage building or facilities available for the storage of Offeror equipment, supplies or materials at Evergreen Cemetery Soldiers Lot. Offeror will be responsible for the maintenance and offsite storage of their supplies and equipment for all services related to this contract. The Offeror shall safely store any chemicals, pesticides, herbicides, cleaning solutions, and of the like in accordance with the manufacturer's recommendations. An SDS (Safety Data Sheet) shall be required for all chemicals, pesticides, herbicides and cleaning solutions. Equipment List: Offeror shall provide the COR with a complete list of equipment (mowers, trimmers, skid steers, etc.) that will be utilized to perform all services identified in this PWS within seven (7) business days of award of this contract. SUBMITTALS: The Offeror shall submit the following documents or information in accordance with the table below. Submittal Frequency Submittal Schedule Work plan/Staffing plan (Employee List) Initial and as revised With proposal Site Supervisor Qualifications (Resume if available) Initial and as revised With proposal Site Supervisor Emergency Contact Info Initial and as revised Prior to beginning work Current/valid licenses (includes driver s license), permits, insurance on vehicles, liability/Workman s Compensation insurance, etc. Initial and as revised With proposal Equipment list Initial and as revised (7) business days after award of this contract Work schedule Daily Every day by 8:00 A.M. Weekly report and rework list Weekly Every Friday by 3:00 P.M. Sod provider and information sheet Initial and as revised Upon delivery Sod delivery tickets and certification As needed Upon delivery Topsoil provider and information sheet Initial and as revised Upon delivery Fertilizer and herbicides information sheets/labels In accordance with chart scheduled (Pg.5) Prior to use Safety Data Sheets (See FAR Clause 52.223-3) As needed Prior to chemical use QUALITY ASSURANCE SURVEILLANCE PROGRAM Performance Standard Minimum Acceptable Level (MAL) Desired Level (DL) Disincentive Incentive Mowing 98 % of Turf area is maintained within one inch above the range of that which is professionally recommended for that type and region 100 % of Turf area is maintained within one inch above the range of that which is professionally recommended for that type and region 20% of invoice deduction for failing to meet MAL Full payment of invoice Trimming 98% of all un-mowed grass around headstones, monuments, markers and other vertical surfaces is trimmed to its recommended height. Scalping is not acceptable 100% of all unmowed grass around headstones, monuments, markers and other vertical surfaces is trimmed to its recommended height. Scalping is not acceptable. 10% of invoice deduction for failing to meet MAL Full payment of invoice Edging 98% of Edging is completed on flat stones, roads and curbs with mowing cycle. 100% of Edging is completed on flat stones, roads and curbs with mowing cycle. 5% of invoice deduction for failing to meet MAL Full payment of invoice Plant & Tree Maintenance 97% of Plants and Trees are free of pests and maintained at a healthy, shaped and trimmed to proper height and shape for size and type of tree. 100 % Plants and Trees are free of pests and maintained at a healthy, shaped and trimmed to proper height and shape for size and type of tree. 5% of invoice deduction for failing to meet MAL Full payment of invoice Mulching 98 % of Mulch beds are properly mulched and maintained as generally weed free. 100 % of Mulch beds are properly mulched and maintained as generally weed free. 10% deduction from invoice for failure to meet MAL. Full payment of invoice Flower and Debris pickup. 98 % of surfaces are swept and blown daily by 0900 AM and by close of business. 100 % of surfaces are swept and blown daily by 0900 AM and close of business. 5% deduction from invoice for failure to meet MAL Full payment of invoice Performance Standard Minimum Acceptable Level (MAL) Desired Level (DL) Disincentive Incentive Weed and pest control 95% of Turf is healthy and generally weed and pest free. 100% of Turf is healthy and generally weed and pest free. 10% of invoice deduction for failing to meet MAL Full payment of invoice Lawn Maintenance 98% of trees will be kept free of suckers. Low-hanging, dead and broken branches (ones that can be SAFELY removed with a pole pruner or from a step- ladder) will be removed. All cuts will be made cleanly 100% of trees will be kept free of suckers. Low hanging, dead and broken branches (ones that can be SAFELY removed with a pole pruner or from a step ladder) will be removed. All cuts will be made cleanly 10% of invoice deduction for failing to meet MAL Full payment of invoice Sodding and Seeding 98% gravesites requiring sodding have healthy turf established within 30 days of burial during growing season. 100% gravesites requiring sodding have healthy turf established within 14 days of burial during growing season. 10% of invoice deduction for failing to meet MAL Full payment of invoice Leaf Collection 98% of fallen leaves are removed from Cemetery grounds weekly when required 100% fallen leaves are removed from Cemetery grounds weekly when required. 10% of invoice deduction for failing to meet MAL Full payment of invoice Grave Renovation 98% of gravesites are not to be mounded nor recessed, they should blend with adjacent gravesites. 100% of gravesites are not to be mounded nor recessed, they should blend with adjacent gravesites 10% deduction from invoice for failure to meet MAL. Full payment of invoice Performance Standard Minimum Acceptable Level (MAL) Desired Level (DL) Disincentive Incentive Trash and Debris Removal 98% of all trash, debris, contents of trash cans, dead or unsightly flowers and fallen tree limbs will be removed from the cemetery areas daily 100% of all trash, debris, contents of trash cans, dead or unsightly flowers and fallen tree limbs will be removed from the cemetery areas daily 5% of invoice deduction for failing to meet MAL Full payment of invoice Shrubs and Tree Maintenance 98% of trees and shrubs are maintained as healthy and free of pests and disease. 100% of trees and shrubs are maintained as healthy and free of pests and disease. 5% deduction from invoice for failure to meet MAL. Full payment of invoice Trash and debris removal 98% of drainage ditch is kept clean and free of debris. 100% of drainage ditch is kept clean and free of debris. 5% deduction from invoice for failure to meet MAL. Full payment of invoice Snow and Ice removal 98% of snow and ice are removed from roads and walkways. 100% of snow and ice are removed from roads and walkways. 10% deduction from invoice for failure to meet MAL Full payment of invoice Avenue of Flags 99% of Flags are placed and removed with dignity. 100% of Flags are placed and removed with dignity. 25% deduction from invoice for failure to meet MAL Full payment of invoice Grounds Cleanup 98% of Flags or Wreaths are cleaned up in required time frame. 100% of Flags or Wreaths are cleaned up in required time frame. 10% deduction from invoice for failure to meet MAL Full payment of invoice Report Submittals Turns in all required submittals 98% of the time. Turns in all required submittals 100% of the time. 5% deduction from invoice for failure to meet MAL. Full payment of invoice Maintain Government Property in neat and clean manner. 99% of Government Property used by Contractor is maintained in neat and clean manner 100% of Government Property used by Contractor is maintained in neat and clean manner 5% deduction from invoice for failure to meet MAL. Full payment of invoice Safety Maintained during operations No accidents or incidents due to contractor s failure to take safety precautions. No accidents or incidents due to contractor s failure to take safety precautions. 20% deduction from invoice for safety violation. Full payment of invoice PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete the work as mentioned in the Scope section above. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN). Offerors shall enter the unit price and total amount 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. 0004 LAWN MAINTENANCE: FERTILIZER, MAY, SEPTEMBER, AND NOVEMBER 3 JB 0005 LAWN MAINTENANCE: CRAB GRASS CONTROL-MAY 1 JB 0006 LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL SPRING AND FALL 2 JB 0007 LAWN MAINTENANCE: OVERSEEDING-FALL AND SPRING 2 JB 0008 LEAF COLLECTION 12 JB 0009 TRASH AND DEBRIS REMOVAL 36 JB 0010 PLACEMENT OF GRAVESITE FLAGS- MEMORIAL DAY 1 JB BASE: TOTAL ESTIMATED PRICE: 1005 LAWN MAINTENANCE: CRAB GRASS CONTROL-MAY 1 JB 1006 LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL SPRING AND FALL 2 JB 1007 LAWN MAINTENANCE: OVERSEEDING-FALL AND SPRING 2 JB 1008 LEAF COLLECTION 12 JB 1009 TRASH AND DEBRIS REMOVAL 36 JB 1010 PLACEMENT OF GRAVESITE FLAGS- MEMORIAL DAY 1 JB OPTION YEAR: 1 TOTAL ESTIMATED PRICE: 2005 LAWN MAINTENANCE: CRAB GRASS CONTROL-MAY 1 JB 2006 LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL SPRING AND FALL 2 JB 2007 LAWN MAINTENANCE: OVERSEEDING-FALL AND SPRING 2 JB 2008 LEAF COLLECTION 12 JB 2009 TRASH AND DEBRIS REMOVAL 36 JB 2010 PLACEMENT OF GRAVESITE FLAGS- MEMORIAL DAY 1 JB OPTION YEAR: 2 TOTAL ESTIMATED PRICE: OPTION YEAR: 3 OCTOBER 1, 2021 THROUGH SEPTEMBER 30, 2022 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 3001 MOWING 36 WKS 3002 TRIMMING 36 WKS 3003 LAWN MAINTENANCE-AERATE 1 JB 3004 LAWN MAINTENANCE: FERTILIZER, MAY, SEPTEMBER, AND NOVEMBER 3 JB 3005 LAWN MAINTENANCE: CRAB GRASS CONTROL-MAY 1 JB 3006 LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL SPRING AND FALL 2 JB 3007 LAWN MAINTENANCE: OVERSEEDING-FALL AND SPRING 2 JB 3008 LEAF COLLECTION 12 JB 3009 TRASH AND DEBRIS REMOVAL 36 JB 3010 PLACEMENT OF GRAVESITE FLAGS- MEMORIAL DAY 1 JB OPTION YEAR: 3 TOTAL ESTIMATED PRICE: PTION YEAR: 4 OCTOBER 1, 2022 THROUGH SEPTEMBER 30, 2023 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 4001 MOWING 36 WKS 4002 TRIMMING 36 WKS 4003 LAWN MAINTENANCE-AERATE 1 JB 4004 LAWN MAINTENANCE: FERTILIZER, MAY, SEPTEMBER, AND NOVEMBER 3 JB 4005 LAWN MAINTENANCE: CRAB GRASS CONTROL-MAY 1 JB 4006 LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL SPRING AND FALL 2 JB 4007 LAWN MAINTENANCE: OVERSEEDING-FALL AND SPRING 2 JB 4008 LEAF COLLECTION 12 JB 4009 TRASH AND DEBRIS REMOVAL 36 JB 4010 PLACEMENT OF GRAVESITE FLAGS- MEMORIAL DAY 1 JB OPTION YEAR: 4 TOTAL ESTIMATED PRICE: I6) MONTHNTRACT EXTENSION: OCTBER 1, 2023 THROUGH MARCH 31, 2024 CLIN DESCRIPTION EST QTY UNIT UNIT PRICE TOTAL PRICE 5001 MOWING 18 WKS 5002 TRIMMING 18 WKS 5003 LAWN MAINTENANCE-AERATE 1 JB 5004 LAWN MAINTENANCE: FERTILIZER, NOVEMBER 1 JB 5005 LAWN MAINTENANCE: BROADLEAF WEED AND DISEASE CONTROL SPRING 1 JB 5006 LAWN MAINTENANCE: OVERSEEDING-FALL AND SPRING 2 JB 5007 LEAF COLLECTION 6 JB 5008 TRASH AND DEBRIS REMOVAL 18 JB SIX (6) MONTH CONTRACT EXTENSION: TOTAL ESTIMATED PRICE: BASE PERIOD: 2018- 2019 OPTION YEAR 1: 2019-2020 OPTION YEAR 2: 2020-2021 OPTION YEAR 3: 2021-2022 OPTION YEAR 4: 2022-2023 6-MONTH CONTRACT EXTENSION: 2023 TOTAL VALUE OF CONTRACT INSTRUCTIONS TO OFFERORS: Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on Monday, 12/03/2018 (EST). All questions regarding this solicitation are to be submitted to the contract specialist, via email and will not be addressed using the telephone. 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. Proposal Format and Submission Information: Offers must be submitted on company letterhead. 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 List of References All proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. Please go to the VA eCMS Vendor Portal website https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far-left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit a proposal through the Vendor Portal, prior to the proposal closing date and time, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Submission of proposals by email will not be accepted. Proposal transmission/uploads must be completed by the date/time specified. Late or incomplete Proposals will not be considered. OFFICIAL SITE VISIT DATE: WEDNESDAY, NOVEMBER 28, 2018 AT 11:00AM, EST LOCATION: EVERGREEN CEMETERY SOLDIERS LOT 25 SOUTH ALEXANDRIA PIKE SOUTHGATE, KY 41027 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 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 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 Past Performance. The offeror is responsible for providing 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. 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 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2018) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018) FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) FAR 52.216-1 TYPE OF CONTRACT (APR 1984) FAR 52.233-2 SERVICE OF PROTEST (SEPT 2006) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) VAAR 852.215-70 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS 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: FAR 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 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) (15 DAYS) FAR 52.222-41, SERVICE CONTRACT LABOR STANDARDS (AUG 2018) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) (29 U.S.C. 206 AND 41 U.S.C. CHAPTER 67) (MAY 2014) 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 (Apr 2018) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (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) ATTACHMENTS: Attachment A Evergreen Cemetery Soldiers Lot Map End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0062/listing.html)
 
Place of Performance
Address: EVERGREEN SOLIDERS' LOT;25 South Alexandria Pike;SOUTHGATE, KY
Zip Code: 41027
Country: USA
 
Record
SN05159262-F 20181128/181126230031 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.