The RFP Database
New business relationships start here

Base Year for Contract. Provide Maintenance Services for Marion National Cemetery and Crown Hill Cemetery per attached contract. TIERED EVALUATION - SDVOSB, VOSB, SB


Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation Tiered Evaluation
Solicitation Number: 36C78619Q0225
Post Date: 03/13/2019
Original Response Date: 03/22/2019 at 12:00 pm
Applicable NAICS: 561730
Classification Code: S208
Set Aside Type: Service Disabled Veteran Owned Small Business
Period of Performance: Date of Award 365 days (4) one-year options if exercised

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contract Services
75 Barrett Heights Rd., Suite 309
Stafford, VA 22556

Place of Performance: Marion National Cemetery Crown Hill National Cemetery
1700 East 38th Street 700 West 38th Street
Marion, IN 46952 Indianapolis, IN 46208

Attachments: A Wage Determination No. 2015-4787, Revision 9
Wage Determination No. 2015-4813, Revision 9
B Performance Work Statement
C Past Performance Questionnaire
D List of References

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0225
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 Effective January 22, 2019.

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 Requirements Contract.

Scope: The contractor shall be responsible for providing grounds maintenance services and headstone raise & realign at Marion National Cemetery and Crown Hill National Cemetery along with mow and trimming at Crown Hill only.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide install initial and replacement headstones, clean headstones, raise and realign headstones at Marion National Cemetery, 1700 East 38th Street, Marion, IN 46952 and Crown Hill National Cemetery, 700 West 38th Street, Indianapolis, IN 46208 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.

Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only.

SCHEDULE OF UNIT PRICES
Base Period: Date of Award through 365 calendar days




CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
0001
Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing
36
JB
$______
$_________
0002
Crown Hill: Trim headstones and markers w/ every mowing
36
JB
$______
$_________
0003
Crown Hill: Headstone Raise & realign
450
EA
$______
$_________
0004
Crown Hill: Headstones/Monument Cleaning
2
JB
$______
$_________
0005
Crown Hill: Headstones - routine alignment correction (bump and run)
50
EA
$______
$_________
0006
Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).
2
JB
$______
$_________
0007
Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).
2
JB
$______
$_________
0008
Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).
1
JB
$______
$_________
0009
Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).
3
JB
$______
$_________
0010
Crown Hill: Turfgrass - aerification (1 x year).
1
JB
$______
$_________
0011
Crown Hill: overseeding (1 x year)
1
JB
$______
$_________
0012
Crown Hill: Grub Control insecticide
1
JB
$______
$_________
0013
Crown Hill: POW/MIA flag raise and lower
6
JB
$______
$_________
0014
Marion: Headstone raise and realign
300
EA
$______
$_________
0015
Marion: Grub control insecticide
1
JB
$______
$_________
0016
Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)
3
JB
$______
$_________
0017
Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)
2
JB
$______
$_________
0018
Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).
2
JB
$______
$_________
0019
Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)
1
JB
$______
$_________
Estimated Total Cost Base Period:B
$__________

B
B
B
B
B
B
Option Period 1
B
B
B
B
CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
1001
Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing
36
JB
$______
$_________
1002
Crown Hill: Trim headstones and markers w/ every mowing
36
JB
$______
$_________
10003
Crown Hill: Headstone Raise & realign
450
EA
$______
$_________
1004
Crown Hill: Headstones/Monument Cleaning
2
JB
$______
$_________
1005
Crown Hill: Headstones - routine alignment correction (bump and run)
50
EA
$______
$_________
1006
Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).
2
JB
$______
$_________
1007
Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).
2
JB
$______
$_________
1008
Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).
1
JB
$______
$_________
1009
Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).
3
JB
$______
$_________
1010
Crown Hill: Turfgrass - aerification (1 x year).
1
JB
$______
$_________
1011
Crown Hill: overseeding (1 x year)
1
JB
$______
$_________
1012
Crown Hill: Grub Control insecticide
1
JB
$______
$_________
1013
Crown Hill: POW/MIA flag raise and lower
6
JB
$______
$_________
1014
Marion: Headstone raise and realign
300
EA
$______
$_________
1015
Marion: Grub control insecticide
1
JB
$______
$_________
1016
Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)
3
JB
$______
$_________
1017
Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)
2
JB
$______
$_________
1018
Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).
2
JB
$______
$_________
1019
Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)
1
JB
$______
$_________
Estimated Total Cost Option Period 1:B
$__________







Option Period 2
B
B
B
B
CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
2001
Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing
36
JB
$______
$_________
2002
Crown Hill: Trim headstones and markers w/ every mowing
36
JB
$______
$_________
2003
Crown Hill: Headstone Raise & realign
450
EA
$______
$_________
2004
Crown Hill: Headstones/Monument Cleaning
2
JB
$______
$_________
2005
Crown Hill: Headstones - routine alignment correction (bump and run)
50
EA
$______
$_________
2006
Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).
2
JB
$______
$_________
2007
Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).
2
JB
$______
$_________
2008
Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).
1
JB
$______
$_________
2009
Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).
3
JB
$______
$_________
2010
Crown Hill: Turfgrass - aerification (1 x year).
1
JB
$______
$_________
2011
Crown Hill: overseeding (1 x year)
1
JB
$______
$_________
2012
Crown Hill: Grub Control insecticide
1
JB
$______
$_________
2013
Crown Hill: POW/MIA flag raise and lower
6
JB
$______
$_________
2014
Marion: Headstone raise and realign
300
EA
$______
$_________
2015
Marion: Grub control insecticide
1
JB
$______
$_________
2016
Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)
3
JB
$______
$_________
2017
Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)
2
JB
$______
$_________
2018
Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).
2
JB
$______
$_________
2019
Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)
1
JB
$______
$_________
Estimted Total Cost Option Period 2:
B
B
B
$__________







Option Period 3
B
B
B
B
CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
3001
Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing
36
JB
$______
$_________
3002
Crown Hill: Trim headstones and markers w/ every mowing
36
JB
$______
$_________
3003
Crown Hill: Headstone Raise & realign
450
EA
$______
$_________
3004
Crown Hill: Headstones/Monument Cleaning
2
JB
$______
$_________
3005
Crown Hill: Headstones - routine alignment correction (bump and run)
50
EA
$______
$_________
3006
Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).
2
JB
$______
$_________
3007
Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).
2
JB
$______
$_________
3008
Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).
1
JB
$______
$_________
3009
Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).
3
JB
$______
$_________
3010
Crown Hill: Turfgrass - aerification (1 x year).
1
JB
$______
$_________
3011
Crown Hill: overseeding (1 x year)
1
JB
$______
$_________
3012
Crown Hill: Grub Control insecticide
1
JB
$______
$_________
3013
Crown Hill: POW/MIA flag raise and lower
6
JB
$______
$_________
3014
Marion: Headstone raise and realign
300
EA
$______
$_________
3015
Marion: Grub control insecticide
1
JB
$______
$_________
3016
Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)
3
JB
$______
$_________
3017
Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)
2
JB
$______
$_________
3018
Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).
2
JB
$______
$_________
3019
Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)
1
JB
$______
$_________
Total Cost Option Period 3:
$__________

Option Period 4
B
B
B
B
CLIN
Operation
Est. Quantity
Unit
Unit Cost
Total Cost
4001
Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing
36
JB
$______
$_________
4002
Crown Hill: Trim headstones and markers w/ every mowing
36
JB
$______
$_________
4003
Crown Hill: Headstone Raise & realign
450
EA
$______
$_________
4004
Crown Hill: Headstones/Monument Cleaning
2
JB
$______
$_________
4005
Crown Hill: Headstones - routine alignment correction (bump and run)
50
EA
$______
$_________
4006
Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).
2
JB
$______
$_________
4007
Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).
2
JB
$______
$_________
4008
Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).
1
JB
$______
$_________
4009
Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).
3
JB
$______
$_________
4010
Crown Hill: Turfgrass - aerification (1 x year).
1
JB
$______
$_________
4011
Crown Hill: overseeding (1 x year)
1
JB
$______
$_________
4012
Crown Hill: Grub Control insecticide
1
JB
$______
$_________
4013
Crown Hill: POW/MIA flag raise and lower
6
JB
$______
$_________
4014
Marion: Headstone raise and realign
300
EA
$______
$_________
4015
Marion: Grub control insecticide
1
JB
$______
$_________
4016
Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)
3
JB
$______
$_________
4017
Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)
2
JB
$______
$_________
4018
Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).
2
JB
$______
$_________
4019
Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)
1
JB
$______
$_________
Total Cost Option Period 4:
$__________






Total Aggregate Cost Base Period and All Options
B
B
B
$__________




Services to be Provided: See Attachment B Performance Work Statement
SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Marion National Cemetery and Crown Hill National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Tom Kulich, Asst. Director; Phone: 765-674-0284
John Drake, Foreman, Phone 765-674-0284


Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 03/22/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov.

All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone.

Quote Format and Submission Information:

Quotes must be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the following information as part of their quote:
Legal Business/Company Name (as listed in www.sam.gov)
DUNS Number
Point of Contact Name
Telephone number
Email Address

-Pricing shall be submitted as requested in the Schedule of Supplies/Services
-Technical Package for Evaluation
-Past Performance Questionnaire (Attachment C)
-List of References (Attachment D)

Quotes shall be submitted via email or via mail to the following addresses:
Email: john.carlock@va.gov
Mail: 575 N. Pennsylvania Street
Midwest District, Suite 495
Indianapolis, IN 46204

For quotes mailed, quotes shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration.

Questions pertaining to this announcement shall be sent by email to: john.carlock@va.gov . Telephone inquiries will not be accepted.

Evaluation Process:
The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Quotes 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 having the highest past performance rating possible represents the best benefit to the government.

The following factors shall be used to evaluate quotes:

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
Qualification of all Personnel (training, experience, certifications)
Sufficient Personnel/Equipment- list of all equipment to be utilized in this contract as well as staffing and the tasks they will perform, number of total persons to be on the ground working
Equipment List shall have the models, horse power and ages of the motorized equipment
List of proposed supplies
List of Subcontractors business names (if being used) and the tasks and/or CLINS they will perform
Write up detailing the technical methods and management of completing a cycle
Number of hours you believe each CLIN requires per cycle
Number of employees you expect a cycle requires
What is the plan to cover/correct employee absences, vacations and low staffing levels?
Information will be evaluated on it demonstrating an understanding of the work requirements (Adequate Performance Plan)
3. Past Performance
4. SDVOSB Status verification in CVE

Quote Contents:

-Pricing shall be submitted as requested in the Schedule of Supplies/Services.
-Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED) ..a quote may be considered non-responsive if a redacted copy of the technical quote is not received and therefore may be removed from further consideration for award.

The following shall be included as part of the quoters submission (See Technical Acceptability Above):
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 identify the exact work to be done.
-Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work.
In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission.
Solicitation Provisions and Contract Clauses
The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
https://www.va.gov/oal/library/vaar/

The following solicitation provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017)
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:
The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition.

Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017):

FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019)
FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $25,000.00| 30 days)
FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019)
FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.237-3 Continuity of Services (Jan 1991)
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984)

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(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).

(c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)


Employee Class

Monetary Wage Fringe Benefits
Laborer, Grounds Maintenance WG 3-1
$14.84 + $4.50
Laborer, Grounds Maintenance WG 3-3
$16.08+ $4.50
Laborer, Grounds Maintenance WG 3-5
$17.32 + $4.50

End of Addenda
End of Document

John M. Carlock
317-916-3863
john.carlock@va.gov

CO'S EMAIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP