SOLICITATION NOTICE
S -- NAD-849-Herbicide Fertilization Contract-NAD-849-Herbicide Fertilization Contract for Richmond Complex
- Notice Date
- 2/10/2021 10:26:41 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
- 36C78621Q0088
- Response Due
- 2/17/2021 12:00:00 PM
- Archive Date
- 04/03/2021
- Point of Contact
- Paul Zagaruyka, Paul Zagaruyka, Phone: 703-630-9366
- E-Mail Address
-
Paul.Zagaruyka@va.gov
(Paul.Zagaruyka@va.gov)
- Awardee
- null
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78621Q0088 Post Date: 1/27/2021 Original Response Date: 2/17/2021 at 3:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: SDVOSB/VOSB/SB Tiered Evaluations Period of Performance: Date of Award through 9/30/2021 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performance: Richmond National Cemetery Complex 6 cemeteries in various locations around Richmond, VA area. Attachments: Wage Determination for 2015-4332 Rev. No. 14 Dtd 4/26/2020 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 36C78621Q0088. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 Effective 20 Dec 2018. SOLICITATION NOTICE OF TIERED EVALUATIONS This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. 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. Any vendor claiming SDVOSB or VOSB status must be registered as such at https://www.vip.vetbiz.va.gov/ before the solicitation closes. Any offer rendered, of which SDVOSB or VOSB status is claimed which are not registered, will be considered non-responsive and will not be accepted. The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 million. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Contract. Scope: The contractor shall be responsible for providing Herbicide / Fertilization Turf Application Services at the six National Cemeteries located within the Richmond Cemetery Complex. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 3:00 pm on 2/17/2021. 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 beta.sam.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than 3:00 PM on 2/7/2021. Questions will not be addressed using the telephone. Answers to questions will be posted on the vendor portal. 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 beta.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 Proposals shall be submitted via the Vendor Portal. See below for registration and submission information. VENDOR PORTAL USAGE INFORMATION The Vendor Portal is a module of the Electronic Contract Management System (eCMS) that serves as a central location that allows for communication between VA Acquisition Staff and potential vendors. Vendors will need to visit the Vendor Portal (https://www.vendorportal.ecms.va.gov) to register. In the event an Offeror is unable to register for a user account and/or submit a proposal through the Vendor Portal prior to the proposal closing date, the vendor is to contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. If the deadline hits as you are uploading your documents, the portal will shut without giving notice it is doing so. The upload appears to be happening however, it never finishes. Once registered, vendors will be able to access/edit their profile, view solicitations/awards and submit bids/proposals as instructed. Vendors can submit questions via the Vendor Portal which can be answered directly within the Vendor Portal. Submission of Quotes: All quotes must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered for Award. Quote transmission/uploads must be completed by the deadline for submission of Quotes. Offerors unable to submit a quote through VA eCMS Vendor Portal, may submit their quotes via email to: Paul.Zagaruyka@va.gov provided the VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their quote submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contracting Officer Paul Zagaruyka via email at Paul.Zagaruyka@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quote prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quote via the Portal. This document shall be submitted with the Offeror s quote. In the event an Offeror has not requested quote submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit a quote via Vendor Portal, the Offeror will be considered technically non-responsive and the quote, if late, will not be accepted. FYI: If after documents have been submitted, the Offeror decided to revise a document and resubmit it, the instructions in the VENDOR PORTAL GUIDE must be followed or risk all original documents being deleted. Any proposals not received through the vendor portal 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: Paul.Zagaruyka@va.gov. Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated on the basis of lowest priced, technically acceptable offer. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs 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 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. 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 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 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 (Oct 2018) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018): FAR 52.204-13 System for Award Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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 (Jan 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(22), (b)(25), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(56), (c)(2), (c)(3), (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) SUPPLIES OR SERVICES AND PRICES / COSTS PRICE SCHEDULE: Richmond Cemetery Complex is comprised of six (6) National Cemeteries located in Fort Harrison, Glendale, Richmond, Cold Harbor, City Point and Seven Pines Virginia. The Contractor shall furnish all supervision, labor, transportation, equipment, supplies and materials necessary for the provision of Herbicide / Fertilization Turf Application Services at the six National Cemeteries located within the Richmond Cemetery Complex. All work shall be performed in accordance with Section - A (Description / Specifications / Statement of Work). Work hours shall be consistent with normal cemetery hours of operation. SITE VISIT: 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 at the Richmond National Cemetery Complex, YOU MUST CONTACT one of the following cemetery personnel to make arrangements: James Jacobs, Maintenance Worker (804) 640-2307 Carrie Clements, Management Analyst (804) 795-2031 Facsimile # (804) 795-1064 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 COR to assure that all parties understand all contractual obligations and the role that each party serves. Term of Contract: The contract term will consist of one base period from March 1, 2020 to September 30, 2021. Base Year: From March 1st, 2020 or from date of award through September 30, 2021. CLIN Location / Description Est Qty Unit Unit Cost Total Cost 001 City Point National Cemetery: Application #1 1 Job $_________ $____________ 002 City Point National Cemetery: Application #2 1 Job $_________ $____________ 003 City Point National Cemetery: Application #3 1 Job $_________ $____________ 004 City Point National Cemetery: Application #4 1 Job $_________ $____________ 005 City Point National Cemetery: Application #5 1 Job $_________ $____________ 006 City Point National Cemetery: Application #6 1 Job $_________ $____________ 007 City Point National Cemetery: Application #7 1 Job $_________ $____________ 008 Cold Harbor National Cemetery: Application #1 1 Job $_________ $____________ 009 Cold Harbor National Cemetery: Application #2 1 Job $_________ $____________ 010 Cold Harbor National Cemetery: Application #3 1 Job $_________ $____________ 011 Cold Harbor National Cemetery: Application #4 1 Job $_________ $____________ 012 Cold Harbor National Cemetery: Application #5 1 Job $_________ $____________ 013 Cold Harbor National Cemetery: Application #6 1 Job $_________ $____________ 014 Cold Harbor National Cemetery: Application #7 1 Job $_________ $____________ 015 Fort Harrison National Cemetery: Application #1 1 Job $_________ $____________ 016 Fort Harrison National Cemetery: Application #2 1 Job $_________ $____________ 017 Fort Harrison National Cemetery: Application #3 1 Job $_________ $____________ 018 Fort Harrison National Cemetery: Application #4 1 Job $_________ $____________ 019 Fort Harrison National Cemetery: Application #5 1 Job $_________ $____________ 020 Fort Harrison National Cemetery: Application #6 1 Job $_________ $____________ 021 Fort Harrison National Cemetery: Application #7 1 Job $_________ $____________ 022 Glendale National Cemetery: Application #1 1 Job $_________ $____________ 023 Glendale National Cemetery: Application #2 1 Job $_________ $____________ 024 Glendale National Cemetery: Application #3 1 Job $_________ $____________ 025 Glendale National Cemetery: Application #4 1 Job $_________ $____________ 026 Glendale National Cemetery: Application #5 1 Job $_________ $____________ 027 Glendale National Cemetery: Application #6 1 Job $_________ $____________ 028 Glendale National Cemetery: Application #7 1 Job $_________ $____________ 029 Richmond National Cemetery: Application #1 1 Job $_________ $____________ 030 Richmond National Cemetery: Application #2 1 Job $_________ $____________ 031 Richmond National Cemetery: Application #3 1 Job $_________ $____________ 032 Richmond National Cemetery: Application #4 1 Job $_________ $____________ 033 Richmond National Cemetery: Application #5 1 Job $_________ $____________ 034 Richmond National Cemetery: Application #6 1 Job $_________ $____________ 035 Richmond National Cemetery: Application #7 1 Job $_________ $____________ 036 Seven Pines National Cemetery: Application #1 1 Job $_________ $____________ 037 Seven Pines National Cemetery: Application #2 1 Job $_________ $____________ 038 Seven Pines National Cemetery: Application #3 1 Job $_________ $____________ 039 Seven Pines National Cemetery: Application #4 1 Job $_________ $____________ 040 Seven Pines National Cemetery: Application #5 1 Job $_________ $____________ 041 Seven Pines National Cemetery: Application #6 1 Job $_________ $____________ 042 Seven Pines National Cemetery: Application #7 1 Job $_________ $____________ Total Cost: $ ___________ Richmond Cemetery Complex Base & Option Year Cost Summary Base Year: October 1, 2020 or From Date of Award thru September 30, 2021. $ _______________________ SUMMARY GRAND TOTAL: $ _____________________________ [END OF PRICE SCHEDULE]SECTION - A Description / Specifications / Work Statement: BACKGROUND: The Department of Veterans Affairs, National Cemetery Administration, honors Veterans with a final resting place and lasting memorials that commemorate their service to our nation. There are approximately 131 National Cemeteries in 39 states that receive visitors, hold ceremonies and conduct committal services on an ongoing basis. Because of the special significance and attention our National Cemeteries receive from the public, strict adherence to the following specifications is essential. Every action by contractor 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 Contractor 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. CONTRACT DEFINITIONS / ACRONYMS Normal Business Hours / Days: Normal cemetery business hours / days of operation are 7:00AM to 4:30PM, Monday through Friday, excluding Federal Holidays. Contracting Officer (CO): VA official with the authority to enter into, administer, extend and/or terminate this contract. Contracting Officer s Technical Representative (COR): VA official responsible for providing contract oversight and technical guidance to the Contracting Officer. COR Responsibilities include certification of invoices, placing orders for service, providing technical guidance and overseeing technical aspects of the contract. Cemetery Director (Administrator / Management Official): The Cemetery Director is the VA Official responsible for day-to-day oversight of a National Cemetery, including burying veterans and eligible family members, and maintaining cemetery grounds as a national shrine. The Cemetery Director and/or designee (hereon referred to as COR) are responsible for contract oversight as provided in paragraph (c) above. Contractor: The term Contractor as used herein refers to the prime Contractor, his/her employees, and any subcontractors and their employees. The Contractor shall be responsible for assuring that its subcontractors comply with all contract terms, conditions and provisions. NCA Operational Standards / NCA Handbook 3420: A copy of NCA Operational Standards and Turf & Landscape Handbook 3420 will be provided to the Contractor by the VA National Cemetery Director or COR. GENERAL REQUIREMENTS NCA Standard (2.1): Visually prominent areas have a well established, healthy stand of turf. Visually prominent areas are 90% weed free. PLACES OF PERFORMANCE: The Contractor shall furnish all labor, equipment, materials and supplies necessary to provide post-emergent broadleaf & crabgrass weed control, pre-emergent weed control of crabgrass and other annual weed grasses and granular turf fertilization at the Richmond Cemetery Complex. Specific location and size of each cemetery are as follows: National Cemetery Address Acreage City Point National Cemetery 10th Avenue & Davis St. Hopewell, VA 23860 6.7 Cold Harbor National Cemetery 6038 Cold Harbor Rd. Mechanicsville, VA 23111 1.4 Ft. Harrison National Cemetery 8620 Varina Road, Richmond, VA 23231 1.5 Glendale National Cemetery 8301 Willis Church Rd. Richmond, VA 23231 2.1 Richmond National Cemetery Williamsburg Road Richmond, VA 23231 9.7 Seven Pines National Cemetery 400 E. Williamsburg Rd. Sandston, VA 23150 1.9 TURF APPLICATION SCHEDULE: Contractor shall provide Pre-emergent Crabgrass & Post- emergent Broadleaf weed control services at the Richmond Cemetery Complex in accordance with the following Application Schedule: Application Annual Application Date Description #1 March 5th 10th This application will be a combination post emergent control for common broadleaf weeds such as dandelion, clover, broadleaf and buckhorn plantain and a pre-emergent control for weed grasses such as crabgrass and goose grass applied in liquid form. #2 April 20th 25th This application will be a combination post emergent control for common broadleaf weeds such as dandelion, clover, broadleaf and buckhorn plantain and a pre-emergent control for weed grasses such as crabgrass and goose grass applied in liquid form. #3 May 15th 20th This application will be a granular turf fertilization using a fertilizer with a 26-0-12 NPK ratio with a minimum 50% slow release SCU (sulfur coated urea). Fertilizer shall be applied to the entire turf acreage at a rate of 4 lbs. of total fertilizer per 1000 sq. #4 July 20th 25th This application will be a granular application for the control of beetle grub larvae to prevent excessive damage to turfgrass FboNotices. #5 August 10th 15th This application will be a combination post emergent control for annual weed grasses (crabgrass), sedge (nut sedge) grasses and broadleaf weeds applied in liquid form. #6 September 1st 5th This application will be granular turf fertilization applied using a fertilizer with a 26-0-12 NPK ratio with a minimum 50% slow release SCU (sulfur coated urea). Fertilizer shall be applied to the entire turf acreage at a rate of 4 lbs. of total fertilizer per 1000 sq. ft. APPLICATION REQUIREMENTS Crabgrass Pre-Emergent Application: Contractor shall apply herbicide in liquid form for pre-emergent crabgrass control at manufactures recommended rate allowable for cool season grasses. Pre-emergent herbicide must be applied with properly calibrated spraying equipment. The contractor shall begin the application after the soil temperature has reached 55 degrees for three consecutive days. This is the time that crabgrass seeds begin active germination in the soil. Any application that is completed before this time may not be as effective in overall crabgrass control. This shall be determined by cemetery staff with the use of a soil thermometer placed at a 1-inch soil depth in various sections of the cemetery to accurately gauge soil temperature. The dates for application listed in the application schedule are only an estimated time frame and could begin earlier or later depending upon the soil temperatures and weather conditions. Herbicide will be applied on all cemetery turf including in between and around the base of all headstones / markers. Second (Split) Crabgrass Application: Contractor shall apply herbicide in liquid form when treating for pre-emergent crabgrass control at manufactures recommended rate allowable for cool season grasses. Pre-emergent herbicide must be applied with properly calibrated spraying equipment. This application shall occur between 6-8 weeks after initial crabgrass application to help insure full season long control of crabgrass and other weed grasses and should control any early tiller stages of crabgrass that has already germinated. Broadleaf Weed Control: Broadleaf herbicides must be applied in liquid form with properly calibrated spraying equipment. Post emergent herbicides must control various broadleaf weed species that are common to cool season turf grass such as clover, dandelion, prostrate spurge etc. Applications must be timely and at the proper dosage so that perennial weeds do not go to seed. Herbicide shall be applied to all turf acreage, in burial sections and including areas between and around all headstones and along section perimeters and will be applied in liquid form. Fertilization: Contractor shall apply a granular turf fertilizer, which is specified in the application schedule to all turf areas using a properly calibrated spreader/sprayer. The fertilizer shall have a guaranteed NPK analysis of 24-0-12 and consist of a minimum 50% slow release nitrogen from sulfur coated urea. Fertilizer shall be applied to all turf areas at the times and rates that are listed in the turf application schedule and will be applied in granular form only. The Contractor is not to deviate from this granular form of application for fertilizer. Post Emergent Crabgrass / Nutsedge: Contractor shall apply an herbicide in liquid form that will control post emergent growth of crabgrass and other weed grasses, yellow / purple nutsedge and will concentrate the application in areas of the turf where there may be an abundance of crabgrass or nutsedge growth. Beetle Grub Application: Contractor will apply a granular pesticide for the control of beetle grub larvae. This application will be done using an approved pesticide such as Merit, for the control of various turf grass FboNotice chewing beetle grub larvae. Application will be at the manufacturers recommended label rate for cool season turf grass. All application methods of herbicides and treatments of annual grasses shall be in strict accordance with manufacturer, Department of Environmental Protection and all applicable federal, state and local laws. All applications must be made in accordance with manufactures label instructions to insure proper rate and timing of application. The contractor shall apply all liquid herbicides no earlier than 6 hours before anticipated rainfall to allow herbicide sufficient time to be absorbed into plant tissue to maximize the herbicide s full potential. Any rainfall that is received within this six-hour time frame after the application shall require the contractor to treat all turf areas a second time at the contractor s expense. Prior to any application, the Contractor shall provide to the COR, a copy of product label for each chemical used and appropriate supporting Material Safety Data Sheets (MSDS). Contractor personnel applying herbicides shall possess a current / valid State of Virginia commercial pesticide/herbicide application license. The Contractor is responsible for any damage resulting from the application of any herbicide treatments. All turf applications shall be applied with appropriate calibrated spreading and spraying equipment. Liquid and pellet surface applications shall be uniformly distributed within the cemetery s defined area of coverage. Surface applications shall not be made where surface run-off is likely to occur or near a water source. Appropriate flags or markers shall be posted in all treated areas for a period of 24 hours after a herbicide treatment has been applied. The Contractor shall remove all flags upon expiration of the 24-hour period. Each turf application shall be completed within each Annual Application Date (weather permitting) specified in the Schedule. All applications shall be applied in accordance with manufactures label instructions to ensure proper rate and timing. Fourteen (14) days after completion of herbicide applications, the Contractor and COR shall jointly inspect and assess results. In areas where results are less than acceptable*, the Contractor shall re-perform the application at no additional cost to the Government (*Acceptable is defined as 90% of actively growing broadleaf weeds are eliminated). The contractor shall not dispose of, rinse, mix nor store any herbicide containers/bags on cemetery premises except as authorized by cemetery management. Storage of herbicide application equipment on cemetery premises is prohibited when the contractor is not working. SPECIAL CONTRACT REQUIREMENTS REPRESENTATIVES OF THE CONTRACTING OFFICER The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally supervises the work to be performed under this contract. 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 VA Contracting Officer will delegate one (or more) representatives to serve as the Contracting Officer s Representative (COR). The COR 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 COR include, but are not limited to, the following: Provides contract oversight and technical guidance to the Contractor. Acts as technical liaison between the National Cemetery and the Contractor and between the cemetery and the Contracting Officer. 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. The COR may not modify the intent or the terms and conditions of the contract. Contracting Officer: All administrative functions remain with 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. SITE MANAGER The Contractor shall provide an English speaking Site Manager who will be responsible for the following: Directing, overseeing and coordinating the work involved. Staying abreast of all upcoming cemetery functions including special holiday events and burial activities. Ensuring that contract work does not cause any committal service, 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. 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 fashion, the COR may then do so. Communication & Coordination of Work with COR: Communication with the COR (or designee) is strongly encouraged. Burial activities at the Richmond National Cemetery Complex shall take precedence over contract work activities. Work activity and noise cannot disturb Burial Services. Trucks and workmen are prohibited from passing through the service area during this period. 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. FEDERAL HOLIDAYS All work required under this contract will be done during normal business days and daylight hours. The Contractor is not required to work Federal holidays. The following is a list of all Federal holidays: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Fourth of July Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day RESPONSIBILITIES 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. 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 ...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f11191baeda24006a70b246dc163131b/view)
- Place of Performance
- Address: Richmond National Cemetery Complex Six Cemeteries Various Locations, Virginia 22172, USA
- Zip Code: 22172
- Country: USA
- Zip Code: 22172
- Record
- SN05913231-F 20210212/210210230113 (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 |