The RFP Database
New business relationships start here

New Albany Cemetery Grounds Maintenance 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:
36C78619Q0472

Post Date:
08/22/2019

Response Date:
09/05/2019, 12Noon, EST

Applicable NAICS:
561730, Landscaping/Groundskeeping

Classification Code:
S208, Housekeeping- Landscaping/Groundskeeping

Set Aside Type:
100% Service Disabled Veteran Owned Small Business (SDVOSB)

Period of Performance:

Date of Award through 365 days +4 option years
Issuing Contracting Office:
Department of Veterans Affairs

National Cemetery Administration, Contract Services

18434 Joplin Road


Triangle, VA 22172
Place of Performance:
New Albany National Cemetery

1943 Ekin Avenue
New Albany, IN 47150



Description: 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 Award.

This is a solicitation issued as a request for quotation (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, 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. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00PM, EST on September 5, 2019. Responses to this announcement will result in a Firm Fixed Price IDIQ contract with task orders written against it with FOB Destination and the Government intends to make award under this announcement without discussions.

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. 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

Prospective offerors must be registered with the System for Award Management (SAM) website and complete representations and certifications at https: //www.sam.gov


The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, Landscape Services with a business size standard of $7.5 million.

This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). 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. Offerors must identify in their Technical Proposal, a detailed plan of action on how compliance with this mandate will be met and maintained for the duration of this contract.
Period of Performance: Date of Award through 365 Days +4 option years
Scope: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide Grounds Maintenance Services for the New Albany National Cemetery utilizing NCA standards. Units and services to be in accordance with Statement of Work, Technical Specifications, Performance Incentives/Disincentives (Quality Assurance Surveillance Plan), terms and conditions contained in this solicitation.

The schedule price provided shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs).B Quote s 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.

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


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




Total
$___________

Total Estimated Price


$______________

Services to be Provided: See Attachment B Statement of Work
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 your company plans to conduct a site visit of the Cave Hill National Cemetery, site visit will be on the following date:
Site Visit Location: New Albany National Cemetery, 1943 Ekin Avenue, New Albany, IN 47150.
IMPORTANT: SITE VISIT DATE WILL BE HELD ON TUESDAY, AUGUST 27th, 2019 AT 10:00AM to 1:00PM, EST. ALTERNATE DATE: THURSDAY, AUGUST 29th , 2019 AT 10:0AM TO 1:00PM, EST. No appointments or email confirmation necessary for site visit. Please be present at the scheduled time. No EXCEPTIONS. No other site visit dates will be scheduled.
Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected.
Responses to this Request for Quotation (RFQ) are submitted through eCMS vendor portal website, https:// href="mailto:www.vendorprotal.ecms@va.gov">www.vendorprotal.ecms@va.gov
no later than 12Noon EST, Thursday, September 5th, 2019. Responses to this announcement will result in an award 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.

Questions pertaining to this announcement shall be sent via email to tracy.williams6@va.gov. All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than August 30th, 2019, 12NoonPM (Eastern). Telephone inquiries will not be accepted. Questions will not be addressed after the deadline date.

To maintain procurement integrity, please do not contact the New Albany National Cemetery 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.

Offer Format and Submission Information:
Offers must be submitted on company letterhead. Commercial format is encouraged. All Offer documents must be 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)
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, 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 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 Proposal (see FAR Provision 52.212-2 Evaluation Commercial Items) (VOLUME B)

One (1) copy of Price Quote/Quote for all items in the schedule this should be a separate document in .pdf format. Pricing shall be submitted in the Price/Cost Schedule of Supplies/Services CLINs format as outlined in (VOLUME C).

Offers and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following email address: https:// href="mailto:www.vendorprotal.ecms@va.gov">www.vendorprotal.ecms@va.gov

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 proposal and all Volumes have been received through vendor portal website by the designated deadline date.

Evaluation Process:
The Government intends to award a 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. 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.

Offers will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which Offer 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/offers having the highest past performance rating possible represents the best benefit to the government.

The following factors shall be used to evaluate offers:

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.

Technical Acceptability
Demonstrated experience performing this requirement
Demonstrated qualifications to perform services
Use of Sub-Contractors

Past Performance/and References

SDVOSB Status verification in CVE

Offer 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 offeror s submission:
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. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment D) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: tracy.williams6@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 E) to the Contracting Officer. The completed list of references (no more than 3 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)
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. 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):
52.252-2 CLAUSES INCORPORATED BY REFERENCE
52.203-3 GRATUITIES APR 1984
52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS APR 2014
AND REQUIREMENT TO INFORM EMPLOYEES OF
WHISTLEBLOWER RIGHTS
52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR JAN 2011 PERSONNEL
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE JUL 2016 MAINTENANCE
52.216-18 ORDERING date of award, end of POP OCT 1995
52.216-19 ORDER LIMITATIONS OCT 1995
52.216-21 REQUIREMENTS OCT 1995
52.516-22 INDEFINITE QUANTITY the last date of the POP OCT 1995
52.217-8 OPTION TO EXTEND SERVICES NOV 1999
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT MAR 2000
52.232-18 AVAILABILITY OF FUNDS APR 1984
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR APR 1984
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL DEC 2013
BUSINESS SUBCONTRACTORS
52.237-3 CONTINUITY OF SERVICES JAN 1991
52.242-15 STOP-WORK ORDER AUG 1989
852.203-70 COMMERCIAL ADVERTISING MAY 2018
852-219-74 LIMITATIONS ON SUBCONTRACTING JUL 2018
852-232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS JAN 2008
852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (January 2019) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (a)(1), (a)(2), (a)(3), (a)(4), (b)(4), (b)(8), (b)(14), (b)(19), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(32), (b)(33), (b)(42), (b)(47), (b)(49), (b)(55), (b)(56), (b)(59), (d) (1-3), (e)(1-2)

End of Document

Tracy Williams
tracy.williams6@va.gov

tracy.williams6@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP