The RFP Database
New business relationships start here

Little Rock National Cemetery Full Service Cemetery Operations Base plus 4 option years


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

**TIERED EVALUATION**
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78620R0001
Post Date: 07/16/2019
Original Response Date: 08/20/2019 at 14:00 pm EST
Applicable NAICS: 812220
NAICS Size Standard: $20.5 Million
Classification Code: S208
Set Aside Type: N/A
Period of Performance: Base year plus 4 option years

Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contract Services
155 Van Gordon Street, Suite 510
Lakewood, CO 80228

Place of Performance: Little Rock National Cemetery
2523 Springer Blvd
Little Rock, AR 72206

Attachments:
Schedule of Services
Scope of Work
Wage Determinations No. 15-5117 Rev 10 Dated 05/09/2019
Past Performance Questionaire


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 Proposal (RFP), solicitation number 36C78620R0001.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-03 Effective 12 June 2019.

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 the complete cemetery operations and maintenance services at the Little Rock National Cemetery.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide full cemetery operation services and facility maintenance at the Little Rock National Cemetery in accordance with the National Cemetery Administration standards. Units and services to be in accordance with Statement of Work, Technical Specifications, and the 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 Item (CLIN). 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.

Responses to this Request for Proposals (RFP) are due to the Contracting Officer no later than 14:00 pm Eastern Standard Time (EST) on 08/20/2019. 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 Wednesday, August 7, 2019. Questions pertaining to this announcement shall be sent by email to: kelly.rima@va.gov . Questions will not be addressed using the telephone.

A site visit is scheduled on Thursday, July 25, 2019. NCA representative will be available from 10:00 am to 1:00 pm Central Time, ONLY. This is the only time the NCA representative will be on-site to tour the grounds.


PROPOSAL FORMAT AND SUBMISSION INFORMATION:


Proposals shall be submitted via email ONLY: Kelly.Rima@va.gov


Solicitation Notice of Tiered Evaluations
This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127.

This solicitation is being issued as tiered evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, and (3) small business concerns. Offers will be evaluated within the lowest tier level before consideration is given to the next tier level offers. Offers will be evaluated to determine if the offer meets the Government s requirements as well as fair and reasonable pricing. If award cannot be made, the solicitation will be cancelled and the requirement resolicited.

Evaluation Process: The Government will award a Firm Fixed Price Contract, using FAR Part 13, Simplified Acquisition Procedures. A comparative Evaluation (CE) will be performed on all acceptable quotations received within the applicable tier in accordance with FAR 13.106-2(b)(3) Evaluation of Quotations or Offers. Comparative evaluation is the direct comparison of one quotation/offer with another in an equitable manner to determine which quotation/offer provides the Government what it needs, where, and when, as identified in the RFQ. It is an assessment of which response is best overall. While the Government reserves the right to select quotation(s) that exceeds the minimum, it is absolutely not required to do so. Although the evaluation of an Offeror and award of a contract will be made without discussion, the Government nevertheless reserves the right to conduct discussions if the Contracting Officer determines it to be necessary.

Proposal Requirements:
Two volumes should be submitted. Volume 1 is Pricing and Volume 2 is Technical
-Volume 1 - Pricing
Offer letter on Company letterhead which includes the following:
Legal Business/Company Name (as listed in www.sam.gov )
DUNS Number
Point of Contact/Authorized Negotiator
Telephone number for contact
Email address for contact person
List any exceptions to the requirements.
One (1) properly completed, signed and dated SF 1449
One (1) Schedule of Supplies/Services with Proposed amounts.
A completed copy of 52.204-8, Representation and Certifications. Offerors who fail to provide Representation and Certification may be considered nonresponsive.
Acknowledgement of any amendments if applicable.
-Volume 2 - Technical Package for Evaluation
One (1) Technical Proposal that addresses the 3 Evaluation Factors and the Scope of Work (SOW). Volume 2, Technical package cannot exceed 45 pages.
Technical/Management Capabilities
Key Personnel
Performance Plan and Scheduling
Staffing Plan and Equipment

Technical Package: The Technical package shall include a detailed narrative that describes the Contractor s approach to meeting the contract requirements by addressing each of the technical factors and sub-factors. Offer shall be evaluated in accordance with the criteria contained in this solicitation and on how well the Contractor s approach meets or exceeds the Government requirements. Failure to provide the required narrative will result in the Contractor being considered nonresponsive. Specifically, address the following:

Factor 1: Technical/Management Capabilities
The detailed Technical/Management section shall specifically address all technical and management requirements set forth in this Request for Proposal (RFP) including any exhibits or amendments.
Contractor shall submit experience/expertise with the Cemetery Operations and Maintenance:
Earthwork: Site Preparation, Excavation, Filling and backfilling, Grading & soil Disposal.
Turfgrass Renovation and Reestablishment: Topsoil & Renovation Process.
Headstone and Flat Markers Cleaning, maintenance of Total Turf Renovation.
Refilling of Sunken Graves and Ground Repair.
Lawn Maintenance: Mowing, Trimming and Edging.
Sod Replacement and/or Seeding.
Fertilizer and Weeding.
Trash and Debris Removal.
Leaf Collection.
Operation of equipment in the vicinity of headstones
Interments operations

Provide relevant information that shall demonstrate the technical and/or managerial qualifications of key personnel you propose to use in accomplishing the contract. Qualifications of technical personnel shall be listed with training, experience, and certifications (e.g. licensed Pesticide Applicator). Demonstrated qualifications and experience for each individual should be included in this sub-factor in the form of a resume, not to exceed two pages in length for each of the individuals identified. Key personnel are construed to include those individuals who will directly manage, supervise or oversee on-site contract performance, or who will provide technical advice and guidance to contractor personnel, or who will serve as a liaison between your company and cemetery staff, including the Contracting Officer s Representative(s) (COR). The key personnel shall include (at a minimum) the Onsite Supervisor. Offerors Onsite Supervisor must have not less than five (5) years of experience as a direct supervisor of either turf renovation or installation projects; or grounds maintenance operations that included mowing, trimming, edging, and cleanup in industrial, commercial or public sites. Identify exactly what each key person will be doing for the contract. Offerors shall detail the management availability during contract performance.

Identify alternate key personnel as backup for key personnel. You may identify other personnel as key if, in your opinion, these personnel will have substantive impact in the technical or contract management aspects of contract performance.

Offerors shall provide or demonstrate the ability of obtaining before commencement of contract performance, all licenses, permits, insurance information and other certifications (i.e., any herbicides/insecticides and chemicals proposed) to perform the contract.

Factor 2: Performance Plan and Scheduling
Describe the methodology to be implemented to accomplish the requirements of the SOW and detail how the proposed approach will effectively achieve each performance objective. A statement, such as, the Offeror will abide by all contract requirements is not acceptable for determining technical acceptability.

Offerors shall provide a narrative specifying how allowances have been made for weather delays, holidays and burial services; the days of the week and the hours of operations during each phase of the work.

NOTE: Technical capability will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in performance of the requirements identified in the SOW. The narrative should not simply restate the Government s requirements, but it should describe, in detail, how the Offeror intends to meet the requirements.

Factor 3: Staffing Plan and Equipment
It is mandatory that Offerors be solely responsible for performing the contract. Offerors shall describe the proposed staffing plan with any subcontracting. Offerors shall justify why the range (i.e. quantity) of proposed staff is appropriate to complete the work within the given Period of Performance. Offerors shall indicate how long it will take to fully staff the contract and how peak workloads, overlapping or simultaneous task assignments, and sick and vacation leaves will be covered and other contingency plans to manage resources. Additionally, Offerors shall include a discussion of how their personnel are allocated per task, how the Offeror plans to retain the proposed staffing levels, information on turnover rates, and related recruiting efforts.

Offerors shall provide a thorough list of equipment, vehicles, supplies, products and materials that they propose to use under the contract. Equipment model, type, and age should be addressed for work to be performed with and explanation on how the proposed method selected is more beneficial to the Government. This list shall include any equipment being provided by a proposed subcontractor.

Price: Proposed price will be evaluated for Reasonableness and Realism.
The Government reserves the right to reject all proposals if doing so is in the best interest of the Government.

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)

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 52.203-16 Preventing Personal Conflicts of Interest (Dec 2011)
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014)
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)
FAR 52.217-8 Option to Extend Services (Nov 1999)
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
FAR 52.228-5 Insurance Work on a Government Installation (Jan 1997)
FAR 52.232-18 Availability of Funds (Apr 1984)
FAR 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984)
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 (May 2018)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2018)
VAAR 852.237-70 Contractor Responsibilities (Apr 1984)
VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)


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)(1), (b)(4), (b)(6), (b)(8), (b)(9), (b)(14), (b)(16), (b)(17), (b)(18), (b)(19), (b)(20), (b)(21), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33)(i), (b)(34), (b)(42), (b)(48), (b)(49), (b)(54), (b)(55), (b)(59), (c)(1), (c)(2), (c)(3), (c)(4), (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 WG3
$14.42+$4.48

Kelly.Rima@va.gov

kelly.rima@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP