SOLICITATION NOTICE
S -- NAD-876-SNC Annex Shrine Project Section 11-FY21 Salisbury National Cemetery (Annex) National Shrine Project – Raise / Realign / Reset Headstones & Renovate Turf with Sod / Section 11
- Notice Date
- 7/9/2021 11:25:04 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
- 36C78621Q0219
- Response Due
- 7/30/2021 12:00:00 PM
- Archive Date
- 09/13/2021
- Point of Contact
- Paul.Zagaruyka@va.gov, Paul Zagaruyka, Phone: 703-630-9366
- E-Mail Address
-
Paul.Zagaruyka@va.gov
(Paul.Zagaruyka@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78621Q219 Post Date: 07/09/2021 Original Response Date: 07/30/2021 at 3:00 pm Eastern Standard Time (EST) Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: SDVOSB/VOSB/SB Tiered Evaluations Period of Performance: Date of Award through 365 days Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Rd. Triangle, VA 22172 Place of Performance: Salisbury National Cemetery 501 Statesville Blvd. Salisbury, NC 24188 Attachments: A - Wage Determination for 2015-4342 Rev. No. 15 B - Past Performance Questionnaire This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78621Q0219. 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 $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 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 Headstone raising, realigning and cleaning services as well as sod replacement at Salisbury National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete Raise/Realignment/Reset and Headstone Cleaning services, as well as Sod Replacement services at Salisbury National Cemetery following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Period of Performance: August 9th, 2021 through August 8th, 2022. Services to be Provided: See Statement of Work SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. Contact one of the following personnel to make arrangements to visit the site: Romann Martin, Director (acting) . (704) 636-2661 Tim Jones, Grounds Supervisor...................................... (704) 636-2661 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 3:00 PM EST on July 30th, 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, at Paul.Zagaruyka@va.gov, no later than (5) work days before the closing date of the solicitation. Questions will not be addressed using the telephone. Proposal Format and Submission Information: Offers must be submitted on company letterhead. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed 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 (Attachment B) -List of References 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 by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs 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. Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. The three references are to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: Paul.Zagaruyka@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. The attached Past Performance Questionnaire must be used to present Past Performance history. 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/ 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. End of Addenda End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cb57bc69d7164a879b935caa68d5f89b/view)
- Place of Performance
- Address: Department of Veterans Affairs National Cemetery Administration Salisbury National Cemetery 501 Statesville Blvd., Salisbury 28144
- Zip Code: 28144
- Zip Code: 28144
- Record
- SN06056534-F 20210711/210709230115 (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 |