The RFP Database
New business relationships start here

FY19 NATIONAL SHRINE PROJECT - NORTH ATLANTIC DISTRICT. Bath National Cemetery - Raise/Reset/Realign & Clean Upright Headstones, Install French Drain and Renovate Turf with Sod - Section L. Contractor shall furnish all equipment, parts,


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: 36C78619Q00191
Post Date: 3/12/2019
Original Response Date: 03/29/2019 at 4:00 pm
Applicable NAICS: 561730
Classification Code: S208
Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB)
Period of Performance: Date of Award through 365 days

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

Place of Performance: Bath National Cemetery
VA Medical Center
Bath, NY 14810

Attachments: A - Statement of Work
B Past Performance Questionnaire
C Wage Determination for 2015-4181 Rev. No. 9
D - Pre- Proposal Meeting Information

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 36C78619Q0191.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 Effective 20 Dec 2018.

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 $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 Raise & Realignment services and installation of a Sub-surface French Drain at Bath National Cemetery.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete Raise, Reset and Realignment services for Bath National Cemetery following National Cemetery Administration standards. Units and services to be in accordance with the Statement of Work, 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: Date of award through 365 calendar days.
CLIN NO.
DESCRIPTION
EST.
QTY
UNIT
UNIT PRICE
TOTAL PRICE
01
Bath National Cemetery: Raise, Reset, Lower, Realign & Backfill Upright Marble Headstones Bath National Cemetery Section: L

1,592
Ea.
$ _________
$ ___________
02
Bath National Cemetery: Clean Upright Marble Headstones w / D2 Biological Solution Bath National Cemetery Section: L

1,592
Ea.
$ _________
$ ___________
03
Bath National Cemetery: Renovate & Replace Existing Cemetery Turf with New Sod Bath National Cemetery Section: L
90,000
Sq. Ft.
$ _________
$ ___________
04
Bath National Cemetery: Installation of sub-surface French Drain Bath National Cemetery Section: L
1
Job
$ _________
$ ___________

Grand Total Estimated Cost:
$ ___________

Services to be Provided: See Attachment A 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 Bath National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Bath National Cemetery, POC: Mark Schultz (COR) ; Phone: (607) 664-4853
Cody Davis (ACOR) ; Phone: (607) 664-4853


For pre- proposal meeting information, see Attachment D.

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 03/29/2019. 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 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.

Proposal Format and Submission Information:


Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors 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 B)

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 non-responsive and the quote, if late, may 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.

Offeror/Proposal Requirments:

1. One properly completed, signed and dated Standard Form 1449 with price/cost schedule.
2. A completed copy of 52.204-8, Representation and Certification.
3.Technical Offer shall address evaluation factors and the Scope of Work (SOW)
4. Acknowledgment of any amendments (if applicable)
5. Completed FAR Clause 52.223-3 "Hazardous Material Identification and Material Safety Data" (if applicable).
Failure to submit all required documentation may result in your submission being nonresponsive and removed from further consideration.


Any proposals not received through the vendor portal in response to this announcement may result in the response being rated as will be rated non-responsive and may be 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 will award a 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 and on how well the technical approach meets the Government requirements. Technical approach shall include the following:
A narrative that details and demonstrates the Contractor s understanding of the complexity and magnitude of the requirement. This includes:
The level of experience the offeror has in similar type of work at Federal/State or Private Cemeteries.
Magnitude (dollar range), complexity, period of performance.
If applicable, barriers (positive or negative) in providing this service and how the offeror overcame them.
Failure to provide the required narrative will result in the Contractor being considered non-responsive.

Past performance:
Past performance shall be evaluated based on the offeror s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Offerors are responsible for submitting no more than three (3) references 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
The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or;
Any other reasonable basis.
Price: Proposed price will be evaluated for price reasonableness and realism.

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)

Employee Class

Monetary Wage Fringe Benefits
Laborer, Grounds Maintenance WG 3-1
$15.50 + $4.48
Laborer, Grounds Maintenance WG 3-3
$16.78 + $4.48
Laborer, Grounds Maintenance WG 3-5
$18.07 + $4.48

End of Addenda
End of Document

Paul Zagaruyka

CO's Email

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP