The RFP Database
New business relationships start here

Mow & trim, grounds maintenance, transportation of remains for Ohio Western Reserve National Cemetery


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

FedBizOpps
Combined Synopsis/Solicitation Notice
*
*
*
*
*
*
*
CLASSIFICATION CODE
SUBJECT
CONTRACTING OFFICE'S
ZIP-CODE
SOLICITATION NUMBER
RESPONSE DATE (MM-DD-YYYY)
ARCHIVE
DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
SET-ASIDE
NAICS CODE
CONTRACTING OFFICE
ADDRESS
POINT OF CONTACT
(POC Information Automatically Filled from
User Profile Unless Entered)
DESCRIPTION
*
See Attachment
AGENCY'S URL
URL DESCRIPTION
AGENCY CONTACT'S EMAIL
ADDRESS
EMAIL DESCRIPTION
ADDRESS
POSTAL CODE
COUNTRY
ADDITIONAL INFORMATION
GENERAL INFORMATION
PLACE OF PERFORMANCE
* = Required Field
FedBizOpps Combined Synopsis/Solicitation Notice
Rev. March 2010
S
Mow & trim, grounds maintenance, transportation of remains
for Ohio Western Reserve National Cemetery


22556
36C78619Q0192
08-06-2019
30
N
2
561730
DEPARTMNET OF VETERANS AFFAIRS
NATIONAL CEMETERY ADMINISTRATION
CONTRACT SERVICES
75 BARRETT HEIGHTS RD. SUITE 309

John M. Carlock
317-916-3863
john.carlock@va.gov



OHIO WESTERN RESERVE NATIONAL CEMETERY


10175 RAWIGA ROAD
SEVILLE, OH
44273
USA
WWW.CEM.VA.GOV
NCA WEBSITE
JOHN.CARLOCK@VA.GOV
CO'S EMAIL

Page 19 of 19
RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78619Q0192
Post Date: 07/05/2019
Original Response Date: 08/06/2019 at 12:00 pm
Applicable NAICS: 561730
Classification Code: S208
Set Aside Type: Small Business
Period of Performance: Date of Award 365 calendars days with (4) one-year options if exercised

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

Place of Performance: Ohio Western Reserve National Cemetery (OWRNC)
10175 Rawiga Road
Seville, OH 44273

Attachments: A Wage Determination No. 2015-4727, Revision 8
B Performance Work Statement
C Past Performance Questionnaire
D List of References

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 36C78619Q0192.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-02 Effective June 05, 2019.

This is a 100% set-aside for Small Business

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 Requirements Contract.
Scope: The contractor shall be responsible for providing mowing & trimming and transportation of remains services at OWRNC.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete mowing & trimming and transportation of remains services for OWRNC following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, 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 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. Option years 3 and 4 contain CLINS for services for additional acreage as part of the cemetery expansion project. Task orders will be issued for those quantities once the expansion is complete.


















BASE PERIOD: October 1, 2019 thru September 30, 2020
Line B B B B B B DescriptionB B B B B B B B B B B B B B B B Est. QtyB B UnitB B B B B B B B B Unit PriceB B B B B B B B B B B B B Total PriceB B
0001
Shrub/Tree Management
2
EA


0002
Leaf Removal
105
EA


0003
Broadleaf Herbicide Application
2
EA


0004
Pre-Emergence Herbicide
Application
2
EA


0005
Granular Fertilizer Application
3
EA


0006
Mulching (tree rings/planting beds)
3
EA


0007
Weeding (planting beds/tree rings)
14
JB


0008
Over-seeding (20 acers)
1
JB


0009
Soil Sample
1
EA


0010
Insecticide Application (40 Acers)
1
JB


0011
Curb and sidewalk edging
18
JB


0012
Mowing
39
JB


0013
Trimming edging
39
JB


0014




Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request.
75,000

SF


0015
Transportation of remains.
3,000
EA


0016
Trash Pick Up
144
EA




TOTAL CONTRACT PRICE FOR BASE PERIOD:


Option Year 1: October 1, 2020 thru September 30, 2021
Line B B B B B B DescriptionB B B B B B B B B B B B B B B B Est. QtyB B UnitB B B B B B B B B Unit PriceB B B B B B B B B B B B B Total PriceB B
1001
Shrub/Tree Management
2
EA


1002
Leaf Removal
105
EA


1003
Broadleaf Herbicide Application
2
EA


1004
Pre-Emergence Herbicide
Application
2
EA


1005
Granular Fertilizer Application
3
EA


1006
Mulching (tree rings/planting beds)
3
EA


1007
Weeding (planting beds/tree rings)
14
JB


1008
Over-seeding (20 acers)
1
JB


1009
Soil Sample
1
EA


1010
Insecticide Application (40 Acers)
1
JB


1011
Curb and sidewalk edging
18
JB


1012
Mowing
39
JB


1013
Trimming edging
39
JB


1014




Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request.
75,000

SF


1015
Transportation of remains.
3,100
EA


1016
Trash Pick Up
144
EA




TOTAL CONTRACT PRICE FOR OPTION PERIOD 1:




Option Year 2: October 1, 2021 thru September 30, 2022
Line B B B B B B DescriptionB B B B B B B B B B B B B B B B Est. QtyB B UnitB B B B B B B B B Unit PriceB B B B B B B B B B B B B Total PriceB B
2001
Shrub/Tree Management
2
EA


2002
Leaf Removal
105
EA


2003
Broadleaf Herbicide Application
2
EA


2004
Pre-Emergence Herbicide
Application
2
EA


2005
Granular Fertilizer Application
3
EA


2006
Mulching (tree rings/planting beds)
3
EA


2007
Weeding (planting beds/tree rings)
14
JB


2008
Over-seeding (20 acers)
1
JB


2009
Soil Sample
1
EA


2010
Insecticide Application (40 Acers)
1
JB


2011
Curb and sidewalk edging
18
JB


2012
Mowing
39
JB


2013
Trimming edging
39
JB


2014




Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request.
75,000

SF


2015
Transportation of remains.
3,200
EA


2016
Trash Pick Up
144
EA




TOTAL CONTRACT PRICE FOR OPTION PERIOD 2:




Option Year 3: October 1, 2022 thru September 30, 2023
Line B B B B B B DescriptionB B B B B B B B B B B B B B B B Est. QtyB B UnitB B B B B B B B B Unit PriceB B B B B B B B B B B B B Total PriceB B
3001
Shrub/Tree Management
2
EA


3002
Leaf Removal
105
EA


3003
Broadleaf Herbicide Application
2
EA


3004
Pre-Emergence Herbicide Application
2
EA


3005
Granular Fertilizer Application
3
EA


3006
Mulching (tree rings/planting beds)
3
EA


3007
Weeding (planting beds/tree rings)
14
JB


3008
Over-seeding (20 Acers)
1
JB


3009
Soil Sample
1
EA


3010
Insecticide Application (40 Acers)
1
JB


3011
Curb and sidewalk edging
18
JB


3012
Mowing
39
JB


3013
Trimming/Edging
39
JB


3014
Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request.
75,000

SF


3015
Transportation of remains.
3,300
EA


3016
Trash Pick Up
144
EA


3017
Curb and side walk edging - Expansion
18
JB


3018
Mowing Expansion
39
JB


3019
Trimming - Expansion
39
JB


3020
Weeding - Expansion
14
JB




TOTAL CONTRACT PRICE FOR OPTION PERIOD 3:




Option Year 4: October 1, 2023 thru September 30, 2024
Line B B B B B B DescriptionB B B B B B B B B B B B B B B B Est. QtyB B UnitB B B B B B B B B Unit PriceB B B B B B B B B B B B B Total PriceB B
4001
Shrub/Tree Management
2
EA


4002
Leaf Removal
105
EA


4003
Broadleaf Herbicide Application
2
EA


4004
Pre-Emergence Herbicide Application
2
EA


4005
Granular Fertilizer Application
3
EA


4006
Mulching (tree rings/planting beds)
3
EA


4007
Weeding (planting beds/tree rings)
14
JB


4008
Over-seeding (20 Acers)
1
JB


4009
Soil Sample
1
EA


4010
Insecticide Application (40 Acers)
1
JB


4011
Curb and sidewalk edging
18
JB


4012
Mowing
39
JB


4013
Trimming/Edging
39
JB


4014
Prep areas, furnish, deliver and install Kentucky Blue rye grass sod in cemetery burial section and/or areas as directed by the COR. Areas will be raked, graded and prepped by the contractor. All sod and fill materials that are needed will be furnished by the contractor on an as needed basis upon request.
75,000

SFt


4015
Transportation of remains.
3,400
EA


4016
Trash Pick Up
144
EA


4017
Curb and side walk edging - Expansion
18
JB


4018
Mowing - Expansion
39
JB


4019
Trimming - Expansion
39
JB


4020
Weeding - Expansion
14
JB




TOTAL CONTRACT PRICE FOR OPTION PERIOD 4:


GRAND TOTAL: $_____________________

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 one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Ohio Western Reserve National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Mark Polen, Director, 330-335-3069 x105
Brian Cheesman, Foreman, Phone:330-725-6435

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 08/06/2019. Responses to this announcement will result in a Firm-Fixed Price Requirements 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 quoters 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
Signed SF-1449

-Pricing shall be submitted as requested in the Schedule of Supplies/Services
-Technical Package for Evaluation
-Past Performance Questionnaire (Attachment C)
-List of References (Attachment D)

Quotes shall be submitted via email or via mail to the following addresses:
Email: john.carlock@va.gov
Mail: 575 N. Pennsylvania Street
Midwest District, Suite 495
Indianapolis, IN 46204

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: john.carlock@va.gov . Telephone inquiries will not be accepted.

Evaluation Process:
The Government intends to award a firm fixed price, Requirements 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. 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 offer 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 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 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 to be eligible for award in terms of reasonableness and realism.
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.
Offerors are cautioned against submitting an offer 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. Offers 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 percentage of tasks and/or CLINS they will perform
Write up detailing the technical methods and management of completing a cycle
Number of hours you believe each CLIN requires per cycle
Number of employees you expect a cycle requires
What is the plan to cover/correct employee absences, vacations and low staffing levels?
Please provide a Gantt chart containing the employees, equipment and hours for all tasks in the CLINs

3.Past Performance
Past Performance will be evaluated for Quality of Service, Schedule, Business relations with Customers, Management of Key Personnel, Safety, Problem Resolution, Invoice Accuracy, and Overall Performance of the company in this area. Utilizing the Past Performance Questionnaire in Section D, offerors shall provide three (3) references within the last three (3) years that are similar in size and scope and that are deemed relevant to the requirement of this solicitation. The Government will use information submitted by the offeror and other additional sources such Federal Agencies as well as commercial sources in order to access past performances. In addition, the Government will also validate past performance information by utilizing the Federal Government s Contractor Performance Assessment Reporting System (CPARS).
Proposal Contents:

-Pricing shall be submitted as requested in the Schedule of Supplies/Services.
-Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED) ..a quote may be considered non-responsive if a redacted copy of the technical quote is not received and/or if the technical proposal does not contain all items required and therefore may be removed from further consideration for award.
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.
-Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work.
In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission.

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)
FAR 52.209-7 Information Regarding Responsibility Matters (OCT 2018)
FAR 52.216-1 Type of Contract (APR 1984) FFP Requirements
FAR 52.233-2 Service of Protest (SEPT 2006) Email: john.carlock@va.gov or
Mail: 575 N. Pennsylvania Street
Midwest District, Suite 495
Indianapolis, IN 46204

VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
VAAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)
VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) [over SAT]
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. (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 52.252-2 Clauses Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

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 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016)
FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019)
FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $25,000.00| 30 days)
FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019)
FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days)
FAR 52.217-9 Option to Extend Term of the Contract (Mar 2000) (30 days)
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 852.232-72 Electronic Submission of Payments Requests (Nov 2018)
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)(7), (b)(8), (b)(9), (b)(14i), (b)(16), (b)(18), (b19), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b(31), (b)(32), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(1), (c)(2),(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 WG 3-1
$14.84 + $4.50
Laborer, Grounds Maintenance WG 3-3
$16.08+ $4.50
Laborer, Grounds Maintenance WG 3-5
$17.32 + $4.50
End of Addenda
End of Document
See attached document: 36C78619Q0192 Wage Determination 2015-4727 Rev 8.
See attached document: 36C78619Q0192 FY20 SOW GM-Mow-Transportation Revised 7-5-2019.
See attached document: 36C78619Q0192 Past performance Questionnaire _ List of references.
PAGE 1 OF
1. REQUISITION NO.
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5. SOLICITATION NUMBER
6. SOLICITATION ISSUE DATE
a. NAME
b. TELEPHONE NO. (No Collect Calls)
8. OFFER DUE DATE/LOCAL
TIME
9. ISSUED BY
CODE
10. THIS ACQUISITION IS
UNRESTRICTED OR
SET ASIDE:
% FOR:
SMALL BUSINESS
HUBZONE SMALL
BUSINESS
SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
WOMEN-OWNED SMALL BUSINESS
(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
8(A)
NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
12. DISCOUNT TERMS
13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700)
13b. RATING
14. METHOD OF SOLICITATION
RFQ
IFB
RFP
15. DELIVER TO
CODE
16. ADMINISTERED BY
CODE
17a. CONTRACTOR/OFFEROR
CODE
FACILITY CODE
18a. PAYMENT WILL BE MADE BY
CODE
TELEPHONE NO.
DUNS:
DUNS+4:
PHONE:
FAX:
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED
SEE ADDENDUM
19.
20.
21.
22.
23.
24.
ITEM NO.
SCHEDULE OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA
26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED.
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA
ARE
ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________
29. AWARD OF CONTRACT: REF. ___________________________________ OFFER
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DATED ________________________________. YOUR OFFER ON SOLICITATION
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED
SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR
31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)
30c. DATE SIGNED
31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)
31c. DATE SIGNED
AUTHORIZED FOR LOCAL REPRODUCTION
(REV. 2/2012)
PREVIOUS EDITION IS NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.212
7. FOR SOLICITATION
INFORMATION CALL:
STANDARD FORM 1449
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS









36C78619Q0192
07-05-2019
John M. Carlock
317-916-3863
08-06-2019
12 pm

DEPARTMNET OF VETERANS AFFAIRS
NATIONAL CEMETERY ADMINISTRATION
CONTRACT SERVICES
75 BARRETT HEIGHTS RD. SUITE 309





100
X





Y
561730









Ohio Western Reserve National Cemetery


10175 Rawiga Road
Seville OH 44273
36C786
Department of Veterans Affairs
National Cemetery Administration
Contracting Services
75 Barrett Heights Road, Suite 309
Stafford VA 22556

















http://www.tungsten-network.com/customer
-campaigns/veterans-affairs/


1-877-752-0900



Contractor shall provide all labor, materials, transpotation
to perform mow & trim and transportation of remains service
Ohio Westeren Reserve National Cemetery in Seville, OH.

Period of Performance is 10/1/2019 through 9/30/2020
with (4) one-year options if exercised.

Contractor Information
DUNS #__________________________________
TAX ID #_________________________________
POC:_____________________________________
Email:____________________________________

This requirement is 100% set-aside for Small Business (SB)












X
X




X
1




MARY B. ACCOMANDO
Contracting Officer

John M. Carlock
317-916-3863
john.carlock@va.gov

CO'S EMAIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP