The RFP Database
New business relationships start here

Florida National Cemetery Headstone Maintenance Services October 1, 2019 thru September 30, 2020 w/(4) 1-Yr Options through September 30, 2024


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

1

RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78620Q0040
Issue Date of Solicitation: August 22, 2019
Response Due Date: September 6, 2019 at 6:00 pm (Eastern)

Requested Services Headstone Maintenance Services Florida National Cemetery

Place of Performance: Florida National Cemetery (FNC)
6502 SW 102nd Avenue
Bushnell, FL 33513
Applicable NAICS: 561730, Landscaping Services
Classification Code: S208, Housekeeping Landscaping/Groundskeeping
Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB)
Period of Performance: October 1, 2019 through September 30, 2020 with four (4) 1-Year Options through September 30, 2024.

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contracting Services
18434 Joplin Road
Triangle, VA 22172
Ms. TenC) Becknell, Contracting Officer
Attachments: (A) Wage Determination #2015-5729, Revision 10, dated July 15, 2019 for Sumter County
(B) Statement of Work (SOW)
(C) Price/Cost Schedule
(D) Past Performance Questionnaire
(E) Past Performance List of References
NCA National Shrine Commitment Operational Directive
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 Quotations (RFQ), solicitation number 36C78620Q0040.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 (September 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, Landscaping Services with a business size standard in dollars 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.B In accordance with FAR 19.502-4, the Government reserves the right to make multiple contract awards to more than one responsible SDVOSB concern.

Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract.

In accordance with Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10, Offerors understand at least 51 percent of the cost of personnel for contract performance, will be spent for employees of your business concern or employees of other eligible Service-Disabled Veteran-Owned small business concerns.B Offerors must demonstrate in their Technical Quotation, a detailed plan of action on how compliance with this mandate will be met and maintained for the duration of this contract.

NON-PERSONAL SERVICES CONTRACT
The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.

SITE VISITS: 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 one or all sites constitute grounds for a claim after contract award.

If your company plans to conduct a site visit of the Florida National Cemetery, you must conduct your site visit during the designated dates and times only. No site visits will be scheduled or arranged after August 30, 2019.

Site Visit Dates: By Appointment Only August 27, 2019 - August 30, 2019 ONLY

Time: 9:00 a.m. to 2:00 p.m. (Eastern) ONLY

Site Visit Location: Florida National Cemetery (FNC), 6502 SW 102nd Avenue, Bushnell, FL 33513.
Call the Florida National Cemetery at: (352) 793-7740 to schedule a site visit appointment.
SCOPE: The contractor shall be responsible for performing Headstone Maintenance Services Florida
National Cemetery for periods October 1, 2019 through September 30, 2020 with four (4) 1-Year
Options through September 30, 2024.

Services to be Provided: See Attachment B Statement of Work (SOW).
PRICE SCHEDULE:
Contractor shall provide all labor, supervision, material, equipment, tools and supplies to perform Headstone Maintenance Services at the Florida National Cemetery following National Cemetery Administration Shrine standards. Units and services to be in accordance with Statement of Work, Technical Specifications, Performance Incentives/Disincentives (Quality Assurance Surveillance Plan, if applicable), terms and conditions contained in this solicitation.

Offeror is to understand that the quantities stated in the schedule are estimates for pricing purposes only. The schedule price provided 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 proposed price and the total of the CLINs will be recomputed accordingly.

CLIN
No.
Supplies/Services
Est. Qty
Unit
Unit Price
Total Price
0001
Description


$_________
$___________
SEE ATTACHMENT C - PRICE/COST SCHEDULE




Total
$___________

Total Estimated Price Base and all Option periods


$______________


INSTRUCTIONS TO OFFERORS:
Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov PRIOR TO AWARD and through final payment. Contract award considerations cannot be made to companies that do not have a current/active SAM account registration at time of award.
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) AT TIME OF AWARD.
Responses to this Request for Quotations (RFQ) are due to the Contracting Officer no later than 6:00 pm (Eastern) on September 6, 2019. Responses to this announcement will result in an Indefinite Delivery/Indefinite Quantity (IDIQ) 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 amendments or additional information concerning this announcement at https://fbo.gov.

Questions pertaining to this announcement shall be sent via email to tene.becknell@va.gov. All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than August 30, 2019 4:00 p.m., (Central). Telephone inquiries will not be accepted. Questions will not be addressed after the deadline date.

To maintain procurement integrity, please do not contact the Florida National Cemetery or Southeast District personnel directly with any questions pertaining to this Solicitation. All questions must be forwarded to the Contracting Officer by the designated Q&A deadline date.

QUOTATION PREPARATION INSTRUCTIONS:
Offer Format and Submission Information:
Offers must be submitted on company letterhead. Commercial format is encouraged. All Offer/Quotation documents must be submitted in SEPARATE volumes and in Adobe Acrobat (.pdf) format No MS Word documents please.

All Offerors shall include the following information as part of their Offer in the following VOLUMES:










Company Information (VOLUME A)
Legal Business/Company Name (as listed in www.sam.gov)
Complete Company Address
DUNS Number
Point of Contact Name
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) signed 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 Certifications and Representations or indicate whether contractor has completed the annual representations and certifications electronically at www.sam.gov (copy of current SAM status)

One (1) copy of Technical Quotation (VOLUME B). The following additional information shall also be included as part of the offeror s technical submission (Resumes are acceptable):

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 Questionnaire (VOLUME C) for related Headstone Maintenance Services (see Attachment D).

Send a blank copy of the attached Past Performance Questionnaire (Attachment D) to an evaluator of your choice for their completion. The completed questionnaire shall be emailed directly to the Contracting Officer at tene.becknell@va.gov no later than the solicitation s closing date and time. The references chosen by the offeror should be selected based on past projects of the same or similar scope of work.
Past Performance List of References (VOLUME C)

The offeror is responsible for providing three (3) references of their choosing (see Attachment E) to the Contracting Officer. References chosen by the offeror should be selected based on past projects of the same or similar scope of work.

Past Performance Questionnaire and References submissions shall be provided only for the Offeror/Company submitting a Quotation for this Combined Synopsis/Solicitation and who will be performing the actual services as outlined in this Solicitation. Questionnaires and References for subcontractors are not required.

Pricing (VOLUME D) 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 separate document in .pdf Adobe (Attachment C).

While Volumes need to be separate, they do not need to be sent separately in individual emails and can be consolidated into one (1) email (size restrictions permitting).

If attachment size limitations prevent you from sending a single email containing all Volume documents, please be sure to clearly identify in the subject line additional emails that contain additional quotation documents (e.g., Volumes X and XX for Solicitation # XXXX, Grounds Maintenance Services, etc.,).

Offers and all supporting documentation shall be submitted via email in Adobe .pdf format (with exception of Price/Cost Schedule), to the following email address: tene.becknell@va.gov by the above deadline.

Offer packages that do not contain all the above materials will be rejected as non-responsive.
The Offeror, not the Contracting Officer, will be responsible for ensuring that a complete quotation and all Volumes have been received the Contracting Officer by the designated deadline date.

Evaluation Process:
The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) 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.

BASIS FOR CONTRACT AWARD

In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which vendor provides the best value to the Government in terms of the information provided in response to the non-priced factors while also providing a competitive price.

Comparative Evaluations is the act of comparing two or more offers or quotation in response to the RFQ. Quotations will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which provides the government with is needed, as identified in the RFQ. The comparison also performed to compare each offeror to one another to determine which provides the best benefit to the government.

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.

Moreover, the Government is not assigning weight to the factors or listing them in any order of importance. A comparative evaluation of offers will be conducted using the following segments of the contractors quotation: (1) Price, (2) Past Performance, (3) Socio-economic status, and (4) Technical Acceptability (Quality Control Plan). The Government will evaluate for the following:

Price - The Government is evaluating unit pricing and the total overall price to determine price fair and reasonableness. The evaluation will also consider the possibility that FAR 52.217-8 Option to Extend Services can be exercised at any time and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.
Past Performance - The Government is evaluating the Contractor s past performance to determine is previous experience if both recent and relevant to the needs of the Government as stated in the Statement of Work. The Past Performance evaluation will be based on the Contractor having successfully completed verifiable past performance that is similar in scope and nature to that identified in the Statement of Work. Past Performance will be deemed acceptable if it is determined that that there is substantial confidence the Contractor can perform the effort based on the submitted past performance documentation.

Socio-Economic Status - The evaluation of offers received in response to the solicitation will use proof of current Service Disabled Veteran Owned Small Business (SDVOSB) Status verification in CVE/Veterans Information Pages (VIP) databases.

Technical Acceptability (Quality Control Plan)
Demonstrated experience performing this requirement
Demonstrated qualifications to perform services
Use of Sub-Contractors

Quality Control Plan - The Government is evaluating whether the Contractor understands the requirement and has the quality measures in place to insure compliance with the Statement of Work and Quality Assurance Surveillance Plan (if applicable) throughout the entire performance period of the contract.



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 52.212-2 Evaluation Commercial Items (Oct 2014)
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. (Oct 2018) 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 52.217-8 Option to Extend Services (Nov 1999) (30 days)
FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data
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 2019) (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

Tene Becknell
tene.becknell@va.gov

Government Issued Email Address

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP