The RFP Database
New business relationships start here

Pacific District - Willamette Natl Cemetery - Topsoil required for 1st and 2nd Interment Operations and for Section Renovation Projects at Willamette National Cemetery. Price to include delivery. Requesting Base plus 4 Years.


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

Page 2

RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78619Q0278
Post Date: May 3, 2019
Original Response Date: May 29, 2019, at 2:00 pm
Applicable NAICS: 424910
Classification Code: 87
Set Aside Type: Tiered, for SDVOSB, VOSB & Small Business
Period of Performance: Date of Award. Base contract + 4 Option Periods

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

Place of Performance: Willamette National Cemetery; 11800 SE Mt Scott Blvd, Happy
Valley, OR 97086


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 36C78619Q0278.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC), 01-22-2019.

This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB); Small Business, Tiered.

The applicable North American Industrial Classification System (NAICS) code for this procurement is 424910, with a business size standard of 200 Employees.

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 Blended Topsoil for 1st and 2nd Internments and on an as needed basis at Willamette National Cemetery.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete Blended Topsoil for internment and grounds maintenance services for Willamette National Cemetery following National Cemetery Administration standards

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.

Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only.

NOTE: Contract Line Items Numbers (CLINs) and Associated Price.
Offerors shall enter unit cost 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 shall enter the Total Cost for each year in the Summary Totals where indicated. Offeror shall calculate the Grand Total for all years and enter where indicated.
Offeror is to understand the quantities stated in the attachments are estimates for pricing purposes only.

Statement of Work
FY19 Blended/Topsoil Screenings
1. Blended/Topsoil under this Purchase Order is intended for placement in the scheduled area for 1st and 2nd Interments and for use in Section Renovation s at Willamette National Cemetery, 11800 SE Mt Scott Blvd, Happy Valley, OR 97086.
2. Blended/Topsoil Mix: 50% Aged Bark Dust, 20% Loam, 20% River Sand and 10% Barnyard Compost. Dirt clumps found in blended mix will be no larger than 1inch. Topsoil will not be accepted if there is more than 5 inches of wetness/major saturation (mud) upon delivery.
3. Must be able to deliver product within 48 hours of initial request/order.
4. All deliveries of material under contract will be scheduled with the cemetery through the COR, Doug Carson, Interment Foreman at 503.273.5253 initiated by the cemetery and will be made within 24 cemetery business hours.
5. Deliveries will be made between the hours of 8:30am and 3:30pm, Monday through Friday, and only to the drop location specified by the COR.
6. All delivery documents will be submitted to and signed by cemetery personnel. No delivery will be accepted at the cemetery without documentation that includes date, material description and a distinguishing shipment, invoice or tracking number.
7. In accordance with standard contract provisions, invoice(s) will be submitted electronically to the VA s Financial Management Service in Austin, Texas by means of its designated commercial invoicing platform.
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 Willamette National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Doug Carson, Willamette National Cemetery, POC: Doug Carson, Internment Foreman, doug.carson@va.gov 503-273-5253.

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm on May 29, 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 (3) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone.

Proposal Format and Submission Information:

Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors 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

-Pricing shall be submitted as requested in the Schedule of Supplies/Services

Proposals shall be submitted via email or via mail to the following addresses:

Email: geraldine.herrera@va.gov
Mail: 155 Van Gordon St
Suite 500
Lakewood, CO 80228

Questions pertaining to this announcement shall be sent by email to: geraldine.herrera@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. 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.

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/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, past performance
Demonstrated qualifications to perform services
Use of Sub-Contractors

Past Performance

SDVOSB/VOSB Status verification in CVE, if you are registered at this site. If you are small business you must be registered at the small business site, http://dsbs.sba.gov.

Proposal Contents:

-Pricing shall be submitted as requested in the Schedule of Supplies/Services.

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.
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 (Jan 2019) applies to this acquisition.

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) (15 days)
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)

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).

End of Document


















SEE PRICE SCHEDULE BELOW
PRICE SCHEDULE FOR DELIVERY OF TOPSOIL @ WILLAMETTE NATIONAL CEMETERY
BASE YEAR (Date of Award thru September 30, 2019)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
001
Blended Topsoil Delivered to Willamette NC
650
YDS
$______
$_______

Total Est. Cost:
$________

OPTION YEAR I (October 1, 2019 thru September 30, 2020)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
101
Blended Topsoil Delivered to Willamette NC
700
YDS
$________
$________

Total Est. Cost:
$________

OPTION YEAR II (October 1, 2020 thru September 30, 2021)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
201
Blended Topsoil Delivered to Willamette NC
750
YDS
$________
$_________

Total Est. Cost:
$_________


OPTION YEAR III (October 1, 2021 thru September 30, 2022)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
301
Blended Topsoil Delivered to Willamette NC
800
YDS
$______
$________

Total Est. Cost:
$________

OPTION YEAR IV (October 1, 2022 thru September 30, 2023)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
401
Blended Topsoil Delivered to Willamette NC
850
YDS
$_______
$_______

Total Est. Cost:
$_______

SUMMARY GRAND TOTALS
Base Year + All Option Years
$ ______________

(End of Price Schedule)

Willamette National Cemetery: Doug Carson,
503-273-5253, doug.carson@va.gov
CO: Geraldine Herrera, 303-914-5703
geraldine.herrera@va.gov

www.va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP