The RFP Database
New business relationships start here

Golden Gate Cemetery - Run Cable for Hydrometer THIS IS A TIERED EVALUATION UP TO SMALL BUSINESS


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: 36C78619Q0450
Post Date: 08/10/2019
Original Response Date: 08/26/2019 at 2:00 pm EST
Applicable NAICS: 238210
Classification Code: N040
Set Aside Type: TIERED EVALUATION - SDVOSB/VOSB/SB
Period of Performance: 6O DAYS AFTER AWARD

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

Place of Performance: Golden Gate National Cemetery
1300 Sneath Lane
San Bruno, CA 94066

Attachments: A Wage Determination
B Statement of work
C Drawings
D Technical Specifications

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 36C78619Q0450
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-04 Effective August 7, 2019.

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 238210 with a business size standard of $15.0 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: Contractor shall provide all labor, tools, materials, equipment, services, testing. submittals, supervision, approvals, and related work to install Hydrometer cable at the Golden Gate National Cemetery located at 1300 Sneath Lane, San Bruno, CA 94066.

Statement of work and Drawings are attached.

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 Golden Gate National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Enrico Lopez at Enrico.Lopez@va.gov or 650-589-7737

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm EST on 08/26/2018. 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.

Quote Format and Submission Information:

Quotes must be submitted on company letterhead. Commercial format is encouraged. All quotes shall include the following information as part of their submission:
Legal Business/Company Name (as listed in www.sam.gov)
DUNS Number
Point of Contact Name
Telephone number
Email Address
Signed SF1449

-Pricing shall be submitted as requested in the Statement of Work
-Technical Package for Evaluation

Quotes shall be emailed to mary.accomando@va.gov. Emailed proposals are preferred.

Mail: 14834 Joplin Road
Triangle, VA 22172

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:mary.accomando@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 contractor whose quote 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 quote 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 quote that provides additional benefits. The government also 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 in terms of reasonableness and realism using any or all of the methods listed below.
Comparison of proposed prices received in response to the solicitation.
Comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for like items.
Use of parametric estimating methods/application of rough yardsticks to highlight significant inconsistencies that warrant additional pricing inquiry.
Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements.
Comparison of proposed prices with independent Government cost estimates.
Comparison of proposed prices with prices obtained through market research for the same or similar items.
Analysis of pricing information provided by the offeror.
Because below-cost prices are not inherently improper, when vendors are competing for award of a fixed-price contract, vendors are given notice that a business decision to submit a low-priced quotation may be considered as reflecting on their understanding of the contract requirements or the risk associated with their approach.
Contractors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Quotes that are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government.
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
Information will be evaluated on it demonstrating an understanding of the work requirements
3. Past Performance
4. SDVOSB Status verification in CVE (if applicable)

Quote 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 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.
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 (Oct 2018) applies to this acquisition.

Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018):

FAR 52.228-14 Irrevocable Letter of Credit
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.236-2 Differing Site Conditions (Apr 1984)
FAR 52.236-3 Site Investigation and Conditions Affecting the Work (Apr 1984)
FAR 52.236-5 Material and Workmanship (Apr 1984)
FAR 52.236-6 Superintendence by the Contractor (Apr 1984)
FAR 52.236-7 Permits and Responsibilities (Nov 1991)
FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (Apr 1984)
FAR 52.236-10 Operations and Storage Areas (Apr 1984)
FAR 52.236-12 Cleaning Up (Apr 1984)
FAR 52.236-13 Accident Prevention (Nov 1991)
FAR 52.236-14 Availability and Use of Utility Services (Apr 1984)
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 (May 2019) 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 Addenda

Mary B Accomando
Supervisory Contracting Officer (III)
703-630-9334

mary.accomando@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP