Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2020 SAM #6716
SOLICITATION NOTICE

99 -- FY20 New - North Atlantic District - LINC - M&R Project #815-M&R20-06. Request for required funds to facilitate removal of trees, grind stumps, pruning and removal of all associated branches and debris for Cypress Hills National

Notice Date
4/17/2020 3:02:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78620Q0204
 
Response Due
5/15/2020 12:00:00 AM
 
Archive Date
07/14/2020
 
Point of Contact
Kennth Randle 703-630-9356
 
E-Mail Address
Kennth.Randle@va.gov
(Kennth.Randle@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0204 Post Date: 04/17/2020 Original Response Date: 05/15/2020 4PM EST Applicable NAICS: 561730 Classification Code: S208, Landscaping Services Set Aside Type: 100% Service Disable Owned Small Business (SDVOSB) Period of Performance: Date of Award through July 21, 2020 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Mr. Kenneth Randle, Contracting Officer Place of Performance: Cypress Hills National Cemetery 625 Jamaica Avenue Brooklyn, NY 11208 Attachments: A - Schedule B - Statement of Work C - Past Performance Questionnaire D - Wage Determination No.: 2015-4187, Revision 14, Dated 12/23/2019 Kings County 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; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0204 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-4. 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 561730, with a business size standard of 8.0 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 an acquisition approach. The Department of Veteran Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. Interested Offerors submitting an offer for this requirement must comply with Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10. SUPPLIES OR SERVICES AND PRICES/COSTS PRICE SCHEDULE: The Contractor shall furnish all supervision, labor, equipment, materials and supplies necessary to provide deadwood pruning and removal services at the Cypress Hills National Cemetery and the Union Plot located in the private Cypress Hills Cemetery which is approximately one mile from the main cemetery. CLIN Description Qty Unit Unit Cost Total Cost 0001 Cypress Hills National Cemetery & Union Plot. Furnish all supervision, labor, equipment, tools, materials and supplies necessary to prune multiple trees and chip / remove all associated branches & debris. 1 JB $ ________ $ ____________ 0002 Cypress Hills National Cemetery & Union Plot. Furnish all supervision, labor, equipment, tools, materials and supplies necessary to remove multiple trees, grind stumps, chip / remove all associated branches. 1 JB $ ________ $ ____________ GRAND TOTAL COST: $ ____________ Type & Term of Contract: The VA will award a single firm-fixed"" price type contract pursuant to this solicitation for commercial items. All work will be completed within sixty (60) calendar days of contract award. SITE VISIT: The Cypress Hills National Cemetery is a satellite cemetery under the supervision of the Director and staff of the Long Island National Cemetery. Offerors or quoters 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 Cypress Hills National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: DESCRIPTION / SPECIFICATIONS / WORK STATEMENT BACKGROUND Cypress Hills National Cemetery is listed on the National Register of Historic Places and is a National Shrine that honors veterans with a final resting place and lasting memorials that commemorate their service to our Nation. The cemetery receives visitors, holds ceremonies and conducts committal services. Because of the cemetery s special significance and attention, it receives from the public, strict adherence to contract specifications is essential. GENERAL REQUIREMENTS Place of Performance: The Contractor shall furnish all supervision, labor, equipment, tools, materials and supplies necessary to provide tree pruning, removal and stump grinding services at the following VA National Cemetery: Cemetery Address Acreage Required Services Cypress Hills National Cemetery 625 Jamaica Ave. Brooklyn, NY 11208 18.2 Deadwood Tree Pruning / Tree Removal & Stump Grinding Cypress Hills Private Cemetery (Union Plot located within the cemetery) 833 Jamaica Ave. Brooklyn, NY 11208 Tree Pruning Tree Pruning / Removal: Trees to be pruned or removed will be identified by the COR & shall be pruned / removed in accordance with all terms, conditions, specifications and requirements provided herein: SECTION NEAREST HEADSTONE PRUNE OR REMOVAL 1A (Union Plot) 16503 Prune 1E (Union Plot) 302 Prune 1C (Union Plot) 1808 Prune 1C (Union Plot) 3717 Prune Memorial (Union Plot) Bench Area Prune 13 (Cypress Hills) 15085 Prune 6 (Cypress Hills) 12174-A Prune two trees in back corner S turn (Cypress Hills) No marker Prune three trees 14 (Cypress Hills) 15461 Remove 14 (Cypress Hills) 15512 Remove 14 (Cypress Hills) 45592 Remove 14 (Cypress Hills) 15764 Prune 14 (Cypress Hills) 15846 Prune Rostrum Area (Cypress Hills) No marker / Tree to left and right of rostrum Prune 16 (Cypress Hills) Single marker 35 Tree to front and back prune / four trees to left remove 3 (Cypress Hills) 4060 Prune 3 (Cypress Hills) 70 Prune 3 (Cypress Hills) 4371 Prune 3 (Cypress Hills) 4408 Prune 4 (Cypress Hills) 4230 Remove 2-S (Cypress Hills) 66 Remove 2-S (Cypress Hills) 37 Prune 2-S (Cypress Hills) 216 Remove 2 (Cypress Hills) 10290 Prune 2 (Cypress Hills) 11191 Prune 10 (Cypress Hills) 13757 Remove / Two Trees Main Road (Cypress Hills) Along Main Road Prune 27 Trees Main Building Lawn (Cypress Hills) Prune Two Trees Main Building Lawn (Cypress Hills) Tree by Flagpole Prune Fence Line (Cypress Hills) Along sections OSS, 15, 16, 13, 8, 6 & 7 Prune trees along fence line in these sections SPECIFICATIONS Tree Removal / Stump Grinding / Deadwood Tree Pruning Removal and pruning of all trees shall be accomplished under the direction and guidance of an ISA Certified Arborist provided by the Contractor. All trees that are scheduled to be removed shall be topped prior to falling and all limbs over 3 � in diameter must be lowered to the ground by ropes. At no time should any branches, tree limbs or sections of the trunk be dropped to the ground or on any headstones. The Contractor will be responsible for any damage to the turf, roads or headstones caused by dropping parts of the tree. All headstones within close proximity to trees be pruned or removed will have covers placed over them to ensure that they are not damaged during the removal / pruning process. Deadwood pruning is the removal of broken, hanging, dead or otherwise potentially dangerous limbs from the tree. Trees may also be designated for deadwood pruning if they have an abundance of deadwood less than four inches in diameter in their crowns. Raising of the tree canopy will be included to remove low hanging branches that interfere with cemetery operations. All stumps shall be ground to a minimum of 4"" below soil level, or to the lateral roots, if reached before the specific depth. The Contractor shall never grind the stumps to the depth that would interfere with the roots of any adjacent tree(s) that the Government intends to retain. All grindings will then be removed from the cavity of the stump. Stump cavities will be filled with clean topsoil, compacted and evenly graded. After grading has been completed the top soiled area will have grass seed (40% Perennial Ryegrass & 60% Kentucky Blue Grass) evenly applied and graded. All stumps shall be marked by the Contractor with a red cone or flag after the tree removal if they will not be ground out immediately after the removal so to avoid any tripping hazards for cemetery visitors. All wood chip particles and debris from the tree removal / pruning shall be cleaned up thoroughly and removed from the cemetery daily. The Contractor shall take every precaution to prevent any falling branches or trees from damaging any headstones, roadways, adjacent plant material or structures. The Contractor shall be responsible for repair and or replacement to any damaged turf, headstones or other property. All work will be completed within sixty (60) days of commencement of work. Debris & Waste Removal: Removal of debris and waste away from the cemetery grounds shall be the responsibility of the Contractor. At the end of each day, the Contractor will remove all pruning / trimming cuts, tree limbs, dead branches, bush / shrub / hedge clippings and other debris from the cemetery site resulting from the work. The Contractor shall ensure at all times that debris and waste generated by the Contractor is kept clear of vehicular and pedestrian traffic throughout the site. NOTE: The Government shall not provide receptacle(s) for disposal of debris related to this contract. Communication & Coordination of Work with COTR: Contractor shall participate in regular meetings with Government personnel and other Contractors at the cemetery to coordinate contract work schedules and contract related issues. Communication with the COTR is strongly encouraged. Burial activities at NCA shall take precedence over contract work activities. Work activity and noise cannot disturb Burial Services. Trucks and workers are prohibited from passing through the service area during this period. Cemetery Activities: To cause the least possible interference with cemetery activities, contract personnel will stop (cease) all work in areas where burials are taking place. As a general ""rule-of-thumb"", work should not take place within 1,000 feet of an ongoing committal service or ceremony. The Site Manager will re-direct work throughout the rest of the Cemetery so that productive use of labor and equipment is assured, and downtime is avoided. If the Contractor fails to re-direct employees away from an event in a timely manner, the COTR may then do so. Notwithstanding the Contractors responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Government shall provide, at the time of contract award, a list of Government personnel authorized to act as Contracting Officer's Technical Representatives. Contract MANAGEMENT Site Manager: A Certified Arborist shall serve as the site manager for this contract and will be provided by the Contractor for not less than eight (8) hours a day whenever work is being performed - other than trash and debris pick-up. The Certified Arborist must have not less than three (3) years experience as a direct supervisor of a commercial tree maintenance operation that has included large shade tree removal, tree pruning and stump grinding/removal in industrial, commercial or public sites and must be certified by International Society of Arboriculture. The Certified Arborist will 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. Representatives of the Contracting Officer: The VA Contracting Officer will designate one (or more) representatives to serve as the Contracting Officer s Technical Representative (COTR). Such designation will be in writing and will define the scope and limitations of the designee's authority. A copy of the designation(s) shall be furnished to the Contractor at time of award. The COTR is responsible for furnishing technical guidance and advice or generally supervises the work to be performed under this contract. The COTR may direct and arrange the Contractor s work schedule in specific areas of the cemetery to coordinate with daily cemetery activities and operations. Duties and responsibilities of the COTR include, but are not limited to, the following: Provides contract oversight and technical guidance to the Contractor. Acts as technical liaison between the Long Island National Cemetery and the Contractor and between the cemetery and the Contracting Officer. (Note: The COTR may not modify the intent or the terms and conditions of the contract.) Placing orders for services. Determining whether contract deliverables meet functional, technical and performance specifications. Verification / certification of payments to the Contractor for services rendered. Assuring that any changes effecting work involved, price, terms and/or conditions under the contract are not implemented before written authorization is issued by the Contracting Officer. Contracting Officer: Contract Administration and administrative functions are the responsibility of the VA Contracting Officer. Any modifications to the contract, including those involving no-cost changes, increases and decreases in cost or level of services provided, termination or extension of the contract (in part or in whole) and decisions concerning claims or disputes, must be authorized in writing by the Government Contracting Officer. Payment: Upon completion of all tree removals, stump grinding and soil and seeding of stump cavities the Contractor shall submit an invoice in arrears for services rendered. Prior to certification of payment, invoices will be verified for accuracy by the COTR. The COTR shall verify the services provided and authorize payment. VA reserves the right to reject any work that does not meet contract specifications. Federal Holidays: All work required under this contract will be performed during normal business days and daylight hours between 8:00 am and 4:30 pm, local time, Monday through Friday, excluding Federal holidays. Deviations from the work schedule shall require prior written authorization from the COTR. The following is a list of the Federal holidays: January New Year s Day September Labor Day January Martin Luther King s Birthday October Columbus Day February President s Day November Veterans Day May Memorial Day November Thanksgiving Day July 4th of July December Christmas Day RESPONSIBILITIES & STANDARDS OF CONDUCT Responsibilities The Contractor shall be aware of the intensive labor and equipment requirements needed to meet contract specifications. Inclement weather - other than prolonged snow cover or unusual amounts of rain will not be considered an excusable delay in meeting specifications. The government expects the Contractor to work throughout all weather conditions and to apply additional labor and equipment as necessary to meet deadlines. All portions of the trunk and any tree limbs or branches over 3 � inches in diameter must be lowered to the ground by crane or ropes and may not be dropped. At no time may the contractor drop any branches onto cemetery headstones or turf. If there are any headstones that may have to be removed in order to obtain access to a particular tree the Contractor will be responsible for alerting the COTR and cemetery staff before doing any work in this location. The cemetery staff will be responsible for pulling and resetting the headstone or stones in question. The Contractor shall be aware of performance requirements necessary to meet contract specifications and deadlines. If the Contractor's work force is unionized, the Contractor will ensure the labor agreement has a no-strike provision to ensure Government contract requirements are met. The Contractor shall obtain all necessary licenses and permits necessary to perform the work involved and will take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor is responsible for any injury or damage during the performance of this contract including injury to himself/herself, his/her employees, or others. The Contractor shall be liable for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees' fault or negligence. The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the State of New York. Cooperation with other Contractors: The government may undertake or award other contracts for additional work at or near the site of work for this contract. The Contractor shall fully cooperate with other Contractors and with Government employees and shall carefully adapt scheduling and performance of work, adhering to any direction provided by the COTR. More than one Contractor may have access to storage areas designated by the COTR. The Government will not be liable to the Contractor for costs associated with claims, damages, loss or replacement of equipment or personal property while on Cemetery property. The Contractor shall not operate trucks, tractors, or other heavy equipment on any turf area except as provided in this contract or as authorized by the COTR. The Contractor will be responsible for repairing turf damage caused by the Contractor during all weather conditions that is deemed excessive by the COTR at no additional cost to the government. The Contractor shall provide adequate safety warning devices, barricades and cover boards, etc., at all work sites to eliminate hazards from public visitors and cemetery employees at no cost to the government. At the end of each day, the Contractor shall remove all debris from the cemetery site. At all times rubbish and trash generated by the Contractor shall be kept clear of vehicular and pedestrian traffic throughout the site. The government shall not provide receptacles for the disposal of debris related to this contract. Reporting ""on-the-job"" Injuries: The Contractor is required to report all ""on-the-job"" injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COTR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COTR. Any Contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted. Standards of Employee Conduct: Contractor and contractor personnel are required to adhere to the following standards of dress and conduct while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C. Section 218. Contractor and Contractor Personnel -- Shall be fully clothed at all times, to include long slacks or pants and shirt, buttoned up from neck to waist. Clothing shall be clean each day. Any soiled clothing should be cemetery work-related that day. T-shirts and/or tank tops as outer garments are prohibited. Shoes/boots will have no holes or loose soles. Steel-toed shoes will be required in accordance with OSHA. Contractor employees will maintain personal hygiene. Shall not engage in loud or boisterous behavior or use profane or abusive language. Will show proper reverence during committal service. Shall not eat or drink beverages except water or non-alcoholic drinks while in the work area or in site of committal shelter during a service. Use of intoxicating beverages and/or drugs is strictly prohibited. Contractor personnel shall not lean, sit or stand on or against headstones or monuments. No tools, equipment or other items will be placed or leaned on headstones or monuments. SMOKING is not permitted within the Long Island National Cemetery. This restriction includes offices, restrooms, stairwells, entrances, exits or any other public area. It will be the discretion of the COTR to implement immediate removal of Contractor and/or Contractor personnel from cemetery grounds if these standards are not adhered to during the performance of the contract. Contractor shall administer disciplinary action immediately as required to Contractor employees. Supervision & Training The Contractor is responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor shall remove employees for cause, to include, but not limited to, misconduct in performance of duty under these specifications and/or conduct contrary to the Government's best interests. The Contractor shall also be responsible for training and safety precautions for contractor employees performing work under these specifications. OSHA standards shall be observed by the Contractor in all work performed. Appropriate safety equipment shall be furnished by the Contractor to contractor personnel and shall be used as prescribed by OSHA standards, including hard hats, safety shoes, safety glasses, and hearing protection devices. Use Of Cemetery Facilities The Government shall not be responsible for any loss, damage, or theft of contractor items, nor shall free telephone service be provided. Contractor shall be responsible for acceptable standards of housekeeping and custodial maintenance of Department of Veterans Affair s facilities used by contractor's employees. The Government will provide limited storage, housing and shop area. Space offered will be in as-is"" condition. Prior to making any modifications or alterations to the space, Contractor shall obtain written approval from the COTR. Any such modifications or alterations shall be at the expense of the Contractor. Upon completion of the contract, the facility shall be returned to the government in the same condition as received at the expense of the Contractor, except for reasonable wear and tear. The Government shall not provide the Contractor with any fuel storage, equipment or telephones. If available, electric and gas utilities at the designated work and storage areas will be provided for purposes of contract performance only. The Contractor shall take adequate safety precautions to prevent hazardous product spills, fire hazards, odors and unsanitary conditions. The Contractor is responsible for safely handling any chemicals, pesticides, herbicides, cleaning solutions, etc. in accordance with manufacturers recommendations. An MSDS (Material Safety Data Sheet) is required for all chemicals, pesticides, herbicides and cleaning solutions. Only the Contractor s equipment, supplies and property necessary to perform work under this contract shall be stored at the Contractor's designated storage area at the end of each workday. No maintenance or repair of Contractor equipment shall be conducted on cemetery property without the COTR s written approval. Contractor employees may park privately owned vehicles in the area designated for parking by the COTR. Liability & Indemnification The Contractor shall possess and maintain all necessary insurance, licenses and permits required for contract performance. Contractor is responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of New York. The Contractor shall take all necessary precautions to prevent damage to headstones, markers, monuments, flower vases and other cemetery structures during execution of this contract. The Contractor shall be charged current replacement costs for headstones or other property damaged because of actions by Contractor personnel. It is agreed and understood that there is no limitation on the Contractor s liability. In no event shall the Government indemnify and hold harmless the Contractor from all damages, expenses or harm incurred by the Contractor, or from all damages, expenses, or claims, which may arise from third party claims. The Department of Veterans Affairs, shall indemnify and hold harmless the Contractor from and against any and all claims, demands, damages, liabilities or causes of action resulting from the negligent acts or omissions of the Department, its agents, and employees, acting within the scope of their Federal employment, arising from the performance of this contract. Contractors shall provide proof of insurance, licenses and permits required for contract performance within ten (10) days of receipt of notification of contract award. Reporting ""on-the-job"" Injuries: The Contractor is required to report all ""on-the-job"" injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COTR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COTR. Any Contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted. (End of Statement of Work / Specifications) PAST PERFORMANCE QUESTIONAIRE INSTRUCTIONS: Contractor must identify previous federal, state, local government and or private contracts completed that are similar in size and scope to the contract being evaluated. List at least three (3) contracts for evaluation. Contracts must be either competed or current within the last (5) years. One contract reference per form. Contract must be Relevant to current requirements. Note: List any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non NCA contracts. Past Performance Questionnaire Contract Number Contractor ( Name Address, Zip Code) Telephone Number Email Address Type of Contract Contract Dollar Value Date of Award (if not completed provide status) Type/Extent of Subcontracting Percentage of Work completed by the Contractor Description of Supply/Services provided, location & relevancy of work Address, Telephone Number & Email of the Contact Person and Position Form may be duplicated INSTRUCTIONS TO OFFERORS: Prior to the Solicitation s end date, Interested offerors: - Must have an active registered with the System of Award Management (SAM) at http://www.sam.gov, - Must have a completed Online Representations and Certifications Application (ORCA) at http://www.sam.gov , - �Must, as a Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran owned Small Business (VOSB), be actively registered with the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov). Interested Offerors who do not comply with these requirements will be considered to be non-responsive and will not be considered for award Responses to this Request for Quote (RPQ) are due to the Contracting Officer/Specialist no later than 4:00 pm (Eastern) on May 15, 2020. The successfully Offerors Responses to this announcement will result in a Firm Fixed Price - 60 Day, Standalone Contract. The Government intends to make an 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 amendments or addental information concerning this announcement at beta.sam.gov. All questions regarding this solicitation are to be submitted to the Contracting Officer/Specialist, via email, no later than Close of business, April 27, 2020. Questions pertaining to this announcement shall be sent by email to Kenneth.Randle@va.gov. Telephone inquiries will not be accepted. Questions will not be addressed after the deadline date. To maintain procurement integrity, please do not contact Long Island National Cemetery or the North Atlantic District directly with any questions pertaining to this Solicitation. All questions must be forwarded to the Contracting Officer/Specialist by the designated Q&A deadline date. Offeror eCMS Vendor Portal Registration: All Interested Offerors must be registered with the Department of Veterans Affairs eCMS Vendor Portal at https://www.vendorportal.ecms.va.gov. Offerors who require registration shall proceed to the Vendor Portal s Login section and shall click on Request a user account to register. In the event an Offeror is unable to submit a proposal through the vendor portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. If an Offeror is still having difficulties in submitting a proposal via the Vendor Portal the Contracting Officer/Specialist may accept an Offeror s proposal via email under the following circumstances: Offeror must provide evidence that an email discussions or verbal discussion with the VAAS helpdesk could not resolve registration issues. Quotes submitted must meet the time constraints as set forth in the solicitation. Quotes submitted via email without set requirements will not be accepted and will be nonresponsive. All Proposal transmissions and uploads submitted via the Vendor Portal or via email are due as indicated in this combine synopsis. Late or incomplete Quotes may also be considered nonresponsive. Offeror Format and Submission Information: Offerors will be accepted and considered for award of a firm-fix price contract. Submitted quotes that do not meet the following instructions may be determined to be nonresponsive and will not be considered for award. Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors documents must be submitted in SEPARATE volumes and in Adobe Acrobat (.pdf) format No MS Word document please. All offerors shall include the following information as part of their Offer in the following Volumes: (VOLUME A) - Company Information Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address DUNS Number Point of Contact Telephone number Email Address Capabilities Statement Proof of current System for Award Management (Sam) Account For SDVOSB and VOSB concerns, proof of current Vendor Information Pages (VIP) certification (CVE letter is also acceptable) One (1) singed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable) One (1) copy of Completed Far Provision 52.212-3 Certification and Representations or indicate whether contractor has completed the annual presentation and certifications electronically at www.sam.gov (copy of current SAM status) (VOLUME B) - Technical Offer One (1) copy of (VOLUME C) Past Performance Questionnaire (VOLUME D) Price Schedule Pricing : Shall be submitted as requested in the Schedule of Supplies /Services - One (1) copy of proposed pricing for all items in the schedule this should be a document in MS Excel format (See Schedule). Evaluation Process: The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to the responsible offeror whose offer conforms to solicitation requirements and 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). A comparative evaluation is the act of comparing either two or more offers in response to this RFQ. A comparative evaluation will be done in accordance with the following: The Government reserve the right to consider a response that of...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70896c18d1e84b4d8f664efcadf33472/view)
 
Place of Performance
Address: Cypress Hills National Cemetery;625 Jamaica Avenue;Brooklyn, NY 11208, USA
Zip Code: 11208
Country: USA
 
Record
SN05625206-F 20200419/200417230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.