The RFP Database
New business relationships start here

Long Island / CypressHills National Cemetery - Turf Fertilization Application Services


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: 36C78620Q0031
Post Date: 08/21/2019
Original Response Date: 09/04/2019 1pm EST
Applicable NAICS: 561730
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: Long Island National Cemetery
2040 Wellwood Avenue
Farmingdale, NY 11735-1213

Attachments: A- Schedule
B - Statement of Work
C - Past Performance
D - Wage Determination No.: 2015-4158, 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 36C78620Q0031

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 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 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.

SITE VISIT: Offerors or quoters 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 at Long Island / Cypress Hills National Cemetery, YOU MUST CONTACT one of the following cemetery personnel to make arrangements:

Srey Austin, Cemetery Director (631) 454-4952
Paul White, Assistant Director . . (631) 454-4952
Robert Donnelly, Foreman (631) 454-4952
Facsimile #.................................................................................................................(631) 694-5422


SCOPE: The contractor shall be responsible for providing Turf Fertilization and Pre/Post Emergent services at Long Island National Cemetery.
PERIOD OF PERFORMANCE: The period of performance is from date of award through September 30, 2020, with four (4) one (1) year renewal options. All services shall be provided in accordance with Section - A, including all specifications, schedules, terms and conditions of the contract.

POST AWARD CONFERENCE: Prior to commencement of work, the Contracting Officer/Specialist will conduct a post award brief with the contract awardee and cemetery officials to assure that all parties understand all contractual obligations and the role that each party serves.
PRICE SCHEDULE: The Contractor shall furnish all supervision, labor, equipment, materials and supplies necessary to provide Turf Fertilization and Pre / Post-Emergent Crabgrass / Broadleaf Weed Control Services at the Long Island National Cemetery, the Cypress Hills National Cemetery and the Union & Mt. of Victory plot within the private Cypress Hills Cemetery. Performance includes four (4) scheduled applications of fertilizer and herbicides.
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.

Offerors are to understand the quantities stated in the schedule are estimates for pricing purposes only. The schedule price provide 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 eat 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 the intended proposed price and the total of the CLINs will be recomputed accordingly.




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 September 4, 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, August 28, 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 Long Island 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.

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:

Company Information (VOLUME A)
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) Turf Fertilization and Pre/Post Emergent. Attachment C.
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 document in MS Excel format (See Schedule).


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 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:
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 will 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 (Jan 2017)
FAR 52.212-2 Evaluation Commercial Items (Oct 2014)
FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Oct 2018)
FAR52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998)
FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018)
FAR 52.216-1 Type of Contract (Apr 2002)
FAR 52.233-2 Service of Protest (Sept 2006)
VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71 Alternate Protest Procedure (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 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 (Jan 2017) applies to this acquisition.

Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017):

FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.203-17 Contractor Employee Whistleblower Rights and requirement to Inform employees of Whistleblower Rights.
FAR 52.204-4 Printed or Copied Double sided on Postconsumer Fiver content paper (may 2011)
FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2018)
FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days)
FAR 52.216-21 Requirements (Oct 1995) (September 30, 2018)
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 52.232-40 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 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)
VAAR 852.270-1 Representative s of Contracting Officers (Jan 2008)

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 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).

(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)

End of Document

Kennth Randle
703-630-9356

Contracting Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP