The RFP Database
New business relationships start here

Calverton National Cemetery - Furnish Headstone Cleaner


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
Solicitation Number: 36C78620Q0048
Post Date: 09/18/2019
Original Response Date: 10/02/2019 4PM EST
Applicable NAICS: 325199
Classification Code: S208, Housekeeping- Landscaping/groundskeeping
Set Aside Type: 100% Service Disable Owned Small Business (SDVOSB)
Period of Performance: Date of Award through September 30, 2020

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contract Services
18434 Joplin Road
Triangle, VA 22172
Mr. Kenneth Randle, Contracting Specialist

Place of Performance: Calverton National Cemeteries
210 Princeton Boulevard
Calverton, NY 11933-1031

Attachments: A - Bid Schedule
B - Statement of Work
C - Past Performance Questionnaire
D - Wage Determination No.: 2015-4157, Revision 9, Dated 07/16/2019


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 36C78620Q0048

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 325199, 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 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.


PRICE SCHEDULE

Scope: The Contractor shall Furnish & Deliver (F.O.B. Destination within Consignee s Premises) The Brand Name product - Weather-Zyme exterior cleaner or an acceptable product with like specification, to the Calverton National Cemetery, located at 210 Princeton Boulevard, Calverton, NY 11933.
Site Visit: Offerors or quoters are urged and expected to inspect the site(s) 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 the site constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection at the Calverton National Cemetery, YOU MUST CONTACT the following cemetery personnel to make arrangements:

Jeff Tavares, Assistant Director ..............................................................................(631) 727-5410
Steve Callagy, Assistant Director . . .(631) 727-5410
Bill Cantwell, Cemetery Headstone Foreman .. . .. .. ..(631) 727-5410
FAX ........................................................................................................................(631) 727-5815
Duration: The term of the contract is from October 1, 2019 or from date of award thru September 30, 2020 with four (4) one-year renewal options.

Unit Price: The unit cost indicated in the Schedule is all-inclusive and covers the manufacture, supply and delivery of the product.
Estimated Quantities: The quantities of supplies / services specified in the Price Schedule are estimates only and are not purchased by this contract. The Government anticipates ordering, and the Contractor furnishing, approximately 750 gallons of Weather-Zyme annually.



Base Year: October 1, 2019 thru September 30, 2020
CLIN
DESCRIPTION
EST.
QTY
UNIT
UNIT COST
TOTAL EST COST
0001
Furnish and deliver Weather-Zyme cleaner. Product shall be furnished on an as-needed / as-requested basis. Cemetery anticipates the need for approximately 750 gallons per year, delivered three times per year, 250 gallons per each delivery.
3
Ea.
$ ________
$ __________

Option Year I: October 1, 2020 thru September 30, 2021
CLIN
DESCRIPTION
EST.
QTY
UNIT
UNIT COST
TOTAL EST COST
1001
Furnish and deliver Weather-Zyme cleaner. Product shall be furnished on an as-needed / as-requested basis. Cemetery anticipates the need for approximately 750 gallons per year, delivered three times per year, 250 gallons per each delivery.
3
Ea.
$ _________
$ __________

Option Year II: October 1, 2021 thru September 30, 2022
CLIN
DESCRIPTION
EST.
QTY
UNIT
UNIT COST
TOTAL EST COST
2001
Furnish and deliver Weather-Zyme cleaner. Product shall be furnished on an as-needed / as-requested basis. Cemetery anticipates the need for approximately 750 gallons per year, delivered three times per year, 250 gallons per each delivery.
3
Ea.
$ _________
$ __________

Option Year III: October 1, 2022 thru September 30, 2023
CLIN
DESCRIPTION
EST.
QTY
UNIT
UNIT COST
TOTAL EST COST
3001
Furnish and deliver Weather-Zyme cleaner. Product shall be furnished on an as-needed / as-requested basis. Cemetery anticipates the need for approximately 750 gallons per year, delivered three times per year, 250 gallons per each delivery.
3
Ea.
$ _________
$ __________

Option Year IV: October 1, 2023 thru September 30, 2024
CLIN
DESCRIPTION
EST.
QTY
UNIT
UNIT COST
TOTAL EST COST
4001
Furnish and deliver Weather-Zyme cleaner. Product shall be furnished on an as-needed / as-requested basis. Cemetery anticipates the need for approximately 750 gallons per year, delivered three times per year, 250 gallons per each delivery.
3
Ea.
$ _________
$ __________

SUMMARY GRAND TOTAL COST
BASE YEAR + ALL OPTION YEARS
$ _______________________

(End of Price Schedule)
DESCRIPTION / SPECIFICATIONS / WORK STATEMENT

BACKGROUND

Calverton National Cemetery (CNC) is located at 210 Princeton Boulevard, Calverton, Long Island New York, 11933. Cemetery grounds encompass approximately 1,045 acres of land. CNC 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 CNC s special significance and attention, it receives from the public and media, 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.

GENERAL REQUIREMENTS

Placement of Orders: The estimated quantity of Weather-Zyme cleaner indicated in the Price Schedule will not be needed all in one delivery, but as the cemetery continues to move through a particular burial sections cleaning headstones and has a need for more cleaner. The Government anticipates ordering, and the Contractor furnishing, approximately 750 gallons of Weather-Zyme annually. Orders shall be placed on an as-needed / as requested basis in approximately 250-gallon increments.

Orders for Weather-Zyme at Calverton National Cemetery shall be placed by the COR or designee. At the COR s discretion, orders may be placed orally or by facsimile. Weather-Zyme orders shall be placed on an as-needed / as requested basis in approximately 250-gallon increments. The cemetery will notify the Contractor of the need for a product delivery 2-3 days before it is required.

Weather-Zyme is a nontoxic exterior cleaner that contains natural enzymes and detergents that remove dirt. The cemetery uses this product to annually clean all their headstones. United Laboratories is the main distributor of the product.

Product Name: Weatherzyme 727
Producer: United Laboratories, Inc.
Address: 320 37th Avenue, St. Charles, IL 60174
Phone: (800) 323-2594
Email: www.unitedlabsinc.com
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 the contract. Such designation will be in writing and will define the scope and limitations of 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 COTR include day-to-day monitoring of the contract as follows:

Providing contract oversight and technical guidance to the Contractor.

Placing orders for services.

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.

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.

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.

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 Representatives.

(End of Work Statement)





INSTRUCTIONS TO OFFERORS:

Prospective awardee MUST be registered with the System of Award Management (SAM) at http://www.sam.gov and must compete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov PRIOR TO AWARD and through final payment. Contract award consideration cannot be made to companies that do not have a current/active SAM account registration.

Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) socio-economic category concerns MUST have an active/current registration 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 have a current/active Sam account registration or whom are not certified in VIP will be considered non-responsive.

Responses to this Request for Quote (RPQ) are due to the Contracting Officer/Specialist no later than 4:00 pm (Eastern) on October 2, 2019. Responses to this announcement will result in an Indefinite Delivery/Indefinite Quantity (IDIQ) 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 https://fbo.gov .

All questions regarding this solicitation are to be submitted to the Contracting Officer/Specialist, via email, no later than Close of business, September 25, 2019. 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 Calverton 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 of September 25, 2019.

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)
One (1) copy of Technical Offer

(VOLUME B) - Past Performance Questionnaire

(VOLUME C) - 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).

(VOLUME D) Safety Data Sheet (SDS) / Product Specification document.




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 offers more than the minimum requirement and select that response if it provided the best benefit to the Government.
The Government has the discretion to accept other than the lowest priced offeror that provides additional benefits.
The Government has the discretion to make an award based on whether the lowest price of the quotations/offers, having the highest past performance rating possible, represents the best benefit to the Government.
Technical Approach and Understanding of the Work: Offer shall be evaluated in accordance with the criteria contained in the Statement of Work. Brand name or Equal product specifications shall be evaluated to determine if they conform to Government product requirements.
Technical approach shall include the following:
A narrative that details and demonstrates the Contractor s understanding of the requirement. This includes:
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: Past performance shall be evaluated based on the Offer s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods:
-The Contracting Officer s knowledge of previous experience with the supply or service being acquired;
- Customer past performance questionnaire replies. See Past Performance Questionnaire provided on the following page.
- The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or;
- Any other reasonable basis.

Price: Proposed price shall be evaluated for Reasonableness and Realism.




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)
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 www.sam.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 52.216-27 Single or Multiple Awards (Oct 1995)
FAR 52.222-17, Non-Displacement of Qualified Workers (May 2014)
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 (Oct 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9).


End of Document

Kenneth Randle
(703) 630-9356
Kenneth.Randle@va.gov

Federal Government

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP