The RFP Database
New business relationships start here

Sod Willamette NC - Base + 4 options required for interments and grounds maintenance operations per attached SOW. Requesting Base plus 4 year contract.


Colorado, United States
Government : Federal
RFQ
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
87
Sod Willamette NC - Base + 4 options
required for interments and grounds maintenance operations
per attached SOW.
Requesting Base plus 4 year contract.
80228
36C78619Q0216
03-28-2019
60
N
2
561730
Department of Veterans Affairs
National Cemetery Administration
Contracting Services
75 Barrett Heights Road, Suite 309
Stafford VA 22556

Geraldine Herrera
303-914-5703
geraldine.herrera@va.gov
Cemetery POC: Sara Akin; 503-273-5250 or
sara.akin@va.gov
Department of Veteran Affairs
Willamette National Cemetery
11800 SE Mt Scott Blvd

Happy Valley, OR
97086
UNITED STATES
www.va.gov
Department of Veterans Affairs
www.va.gov
geraldine.herrera@va.gov

Page 10

Page 10 of 10
RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78619Q0216
Post Date: March 5, 2019
Original Response Date: March 28, 2019, at 2:00 pm
Applicable NAICS: 561730
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

Attachments: A Wage Determination for Oregon


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 36C78619Q0216.

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 561730, with a business size standard of 7.5M.

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 SOD for Internment & grounds Maintenance at Willamette National Cemetery.
PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete sod 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 Statement of Work and the Schedule are estimates for pricing purposes only.




















Statement of Work
FY19 Sod Contract
Willamette National Cemetery
The following stipulations apply to contracted deliveries of commercial sod to Willamette National Cemetery, Portland, Oregon, in support of on-going interment and grounds maintenance operations:
Sod to be delivered under this contract is estimated at 75,000 square feet. All sod delivered under this contract will be a 3-Way Green Perennial Ryegrass mixture: Silver Dollar (33%), Brightstar SLT (32.51%) and Manhattan 5 (32.83%). Fertilizer required in the growth process: Regal Green a 21-4-21: Nitrogen 21%, Ammoniacal Nitrogen 1.45%, Urea Nitrogen 19.55%, Available Phosphate 4%, Soluble Potash 21%, Sulfur 3.3%, Boron .05%, Copper .05%, Iron 3%, Manganese .12% and Zinc .11%. Herbicide used: Prograss
The vendor must have the capability to deliver as much as 8,000 square feet of sod on 24 hours prior notice, intervening weekends or holidays excluded.
All deliveries of materials under this contract will be initiated by the cemetery and will only be accepted by the COR or by his/her designee. Sod will be delivered on returnable pallets in rolls or slabs of industry standard length, width and thickness. It will be delivered to a drop location specified by cemetery personnel at the time of each order.
The quantity of sod for each delivery may vary according to operational needs and seasonal conditions. In the event of the vendor's own special operational or seasonal issues, the cemetery s Grounds Foreman or COR is authorized to make mutually acceptable arrangements.
The cemetery will designate a specific and secure location for the storage of empty pallets. The vendor will pick up these empty pallets either at the time of the next delivery or at a future date acceptable to cemetery management. As all pallets will be preserved and exclusively recycled with the vendor, no pallet charges will be invoiced under this contract.
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 or tracking number.
Contractor agrees to submit all monthly ELECTRONIC invoicing in a timely manner AND INACCORDANCE WITH FINANCIAL SERVICES CENTER (FSC) OB10/TUNGSTEN REQUIRMENTS. Invoices shall reference the appropriate Obligation number and be sent to the designated address for certification and payment processing. SCHEDULE: Contractor shall furnish palletized sod per the SOW below to Willamette National Cemetery, 11800 SE Mt Scott Blvd., Portland, OR 97086. The contract term shall be for one (1) Base Year and four (4) one year renewal options. All work shall be performed in strict accordance with specifications, schedules, terms and conditions of the contract.

A.1 PRICE SCHEDULE OF SERVICES: BLOCK 19 AND BLOCK 20
SCHEDULE: Contractor shall furnish palletized sod per the SOW below to Willamette National Cemetery, 11800 SE Mt Scott Blvd., Portland, OR 97086. The contract term shall be for one (1) Base Year and four (4) one year renewal options. All work shall be performed in strict accordance with specifications, schedules, terms and conditions of the contract.
BASE YEAR (May 01, 2019 thru April 30,2020)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
001
Sod, 3-Way Green Perennial Ryegrass Blend: Silver Dollar 33% Manhattan 5 32.83% and Brightstar 32.51% Delivered within 24 business hours per individual purchaser s order.
75,000
SF
$ .00__
$ _00.000_

Total Est. Cost:
$ _00.000_






OPTION YEAR I (May 01,2020 thru April 30, 2021)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
101
Sod, 3-Way Green Perennial Ryegrass Blend: Silver Dollar 33% Manhattan 5 32.83% and Brightstar 32.51% Delivered within 24 business hours per individual purchaser s order.
80,000
SF
$ __.00__
$ _00.000_

Total Est. Cost:
$ _00.000_

OPTION YEAR II (May 01, 2021 thru April 30, 2022)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
201
Sod, 3-Way Green Perennial Ryegrass Blend: Silver Dollar 33% Manhattan 5 32.83% and Brightstar 32.51% Delivered within 24 business hours per individual purchaser s order.
85,000
SF
$ __.00__
$ _000.00_

Total Est. Cost:
$ _000.00

OPTION YEAR III (May 01, 2023 thru April 30, 2024)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
301
Sod, 3-Way Green Perennial Ryegrass Blend: Silver Dollar 33% Manhattan 5 32.83% and Brightstar 32.51% Delivered within 24 business hours per individual purchaser s order.
90,000
SF
$ __.00__
$ _000.00_

Total Est. Cost:
$ _000.00_








OPTION YEAR IV (May 01, 2024 thru April 30, 2025)
CLIN
Description
Qty
Unit
Unit Cost
Total Cost
401
Sod, 3-Way Green Perennial Ryegrass Blend: Silver Dollar 33% Manhattan 5 32.83% and Brightstar 32.51% Delivered within 24 business hours per individual purchaser s order.
95,000
SF
$ __.00__
$ _000.00_

Total Est. Cost:
$ _ 000.00_

SUMMARY GRAND TOTALS
Base Year + All Option Years
$ _000,000.00_

(End of Price Schedule)



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.



Willamette National Cemetery, POC: Sarah Akin, 503-273-5250; sarah.akin@va.gov

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 2:00 pm on 03-28-2019. 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.

Proposal Format and Submission Information:

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: 75 Barrett Heights Road
Suite 309
Stafford, VA 22556

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
Demonstrated qualifications to perform services
Use of Sub-Contractors

Past Performance

SDVOSB/VOSB Status verification in CVE.

Proposal Contents:

-Pricing shall be submitted as requested in the Schedule of Supplies/Services.
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 2017) applies to this acquisition.

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

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).

(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
11210
$15.93





End of Addenda
End of Document
See attached document: PROGRASS.

Geraldine Herrera
303-914-5703
geraldine.herrera@va.gov
Cemetery POC: Sara Akin; 503-273-5250 or
sara.akin@va.gov

geraldine.herrera@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP