The RFP Database
New business relationships start here

Tahoma National 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.

6

RFQ FOR COMMERCIAL ITEMS
GENERAL INFORMATION
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78619Q0068
Issue Date of Solicitation: January 10, 2019
Response Due Date: Wednesday, January 30, 2019 at 6:00 pm (Eastern)
Applicable NAICS: 561730, Landscaping Services
Classification Code: S208, Housekeeping Landscaping/Groundskeeping
Set Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB)
Period of Performance: Date of Award through January 31, 2020 with (4) 1-Year Options through January 31, 2024, if exercised

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

Place of Performance: Tahoma National Cemetery
18600 SE 240th Street
Kent, WA 98042
Attachments: A Wage Determination for King County, Washington
B Performance Work Statement (PWS) and Exhibits A-F (Map, Treework Estimating Work Sheet, etc.)
C Price/Cost Schedule
D Past Performance Questionnaire
E 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; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0068.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-101 (September 2018).

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, Landscape Services with a business size standard in dollars 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.B In accordance with FAR 19.502-4, the Government reserves the right to make multiple contract awards to more than one responsible SDVOSB concern.

Department of Veterans Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract.

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.B 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.

NON-PERSONAL SERVICES CONTRACT
The services provided in the contract will involve non-personal services. The personnel rendering the services of the contract are not subject, either by contract terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees.

PRICE SCHEDULE:
Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide complete Grounds Maintenance services for the Tahoma National Cemetery following National Cemetery Administration Shrine standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives (Quality Assurance Surveillance Plan), terms and conditions contained in this solicitation.

Offeror is to understand that the quantities stated in the schedule are estimates for pricing purposes only. The schedule price provided 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.B The schedule price provided shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs).B 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.
CLIN
No.
Supplies/Services
Est. Qty
Unit
Unit Price
Total Price
0001
Description


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




Total
$___________

Total Estimated Price Base and all Option periods


$______________
SCOPE: The contractor shall be responsible for providing Grounds Maintenance Services at the Tahoma National Cemetery.
Services to be Provided: See Attachment B Performance Work Statement
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 Tahoma National Cemetery, you must contact the designated point of contact below to schedule and date/time for the site visit.

Site Visit Location: Tahoma National Cemetery, 18600 SE 240th Street, Kent, WA 98042

IMPORTANT: ALL INTERESTED OFFERORS MUST CONTACT Thomas Yokes, (425) 413-9614 x4110 or via email at thomas.yokes@va.gov at the Tahoma National Cemetery to set up a site visit appointment. An appointment must be made in advance prior to visit. No exceptions. No site visits will be scheduled or arranged after January 28, 2019.
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 due to the Contracting Officer no later than 6:00 pm on Friday, January 30, 2019. Responses to this announcement will result in a 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.

Questions pertaining to this announcement shall be sent via email to tene.becknell@va.gov. All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than January 23, 2019 4:00 p.m., (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 Tahoma 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 Clause 52.223-3 Hazardous Material Identification and Material Safety Data
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)

Past Performance Questionnaire (Attachment C) AND at least three (3) Past Performance References for related Grounds Maintenance Services (VOLUME C)

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 D).

Offers and all supporting documentation shall be submitted via email in Adobe .pdf format, to the following email address: tene.becknell@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 the Contracting Officer 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

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 C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: tene.becknell@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)
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):

FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019)
FAR 52.216-19 Order Limitations (Oct 1995) ($1000.00 | 60 | 90 | 30 days)
FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019)
FAR 52.216-27 Single or Multiple Awards (Oct 1995)
FAR 52.217-8 Option to Extend Services (Nov 1999) (30 days)
FAR 52.217-9 Option to Extend the Term of the Contract (30 days)
FAR 52.222-17, Non-Displacement of Qualified Workers (May 2014)
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 (Oct 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
Laborer, Grounds Maintenance, WG-3, Grade 1
$19.21 + $4.48
Laborer, Grounds Maintenance, WG-3, Grade 2
$20.04+ $4.50
Laborer, Grounds Maintenance, WG-3, Grade 3
$20.83+ $4.50

End of Addenda
End of Document

Tene Becknell
tene.becknell@va.gov

Government Issued Email Address

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP