Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

S -- Alton National Cemetery, and North Alton Confederate Cemetery Grounds Maintenance Subject to availability of 2021 funding.

Notice Date
8/14/2020 12:36:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812220 — Cemeteries and Crematories
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78621Q0004
 
Response Due
9/4/2020 8:59:00 PM
 
Archive Date
11/03/2020
 
Point of Contact
John M Carlock, Contract Specialist, Phone: 317-916-3863
 
E-Mail Address
john.carlock@va.gov
(john.carlock@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 8 of 13 RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78621Q0004 Post Date: 8/14/2020 Original Response Date: 9/04/2020 at 11:59 pm, Eastern Standard Time Applicable NAICS: 812220 Classification Code: S208 Set Aside Type: SDVOSB Period of Performance: Date of Award thru 365 calendars days with 4 one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 575 N. Pennsylvania Street, Ste 495 Indianapolis, IN 46204 Place of Performance: Alton National Cemetery 600 Pearl Street Alton, IL 62003 Attachments: A Performance Work Statement B Wage Determination No. 2015-5075, Revision 15 C Past Performance Questionnaire 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 36C78621Q0004. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 Effective 07-02-2020. This solicitation is being issued as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. If award cannot be made, the solicitation will be cancelled, and the requirement may be resolicited. The applicable North American Industrial Classification System (NAICS) code for this procurement is 812220, with a business size standard of $22.0 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 IDIQ Contract. A.1 Scope: The contractor shall be responsible for providing the services listed in the Price Schedule at Alton National Cemetery and North Alton Confederate, located in Alton, IL 62003. (a) Period of Performance: Date of Award thru 365 calendar days with (4) One-Year options if exercised. (b) Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide total cemetery maintenance services such as complete grave excavations, interments, and grounds and facility maintenance services to maintain Alton National Cemetery and North Alton Confederate (total of 4.5 acres), 600 Pearl Street, Alton, IL 62003 following National Cemetery Administration standards. Units and services to be by Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. A.2 SCHEDULE OF SUPPLIES OR SERVICES AND PRICES/COSTS: Base Period: Date of Award through 365 calendar days CLIN Operation Est. Quantity Unit Unit Price Total Price 0001 Interment, casketed 1 EA $______ $_________ 0002 Interment, cremated 3 EA $______ $_________ 0003 Clean headstones 565 EA $______ $_________ 0004 Set initial and replacement headstones 4 EA $______ $_________ 0005 Fine tune & realign headstones (bump & run) 565 EA $______ $_________ 0006 Raise & realign 565 EA $______ $_________ 0007 Sunken grave repair 10 EA $______ $_________ 0008 Fertilize entire cemetery 3 JB $______ $_________ 0009 Over-seed entire cemetery 1 JB $______ $_________ 0010 Placement & removal Memorial Day Grave Flags 565 EA $______ $_________ 0011 Dethatch entire cemetery 1 JB $______ $_________ 0012 Snow & ice removal 6 JB $______ $_________ 0013 Clean sidewalks/driveways and parking area 52 JB $______ $_________ 0014 Grounds clean up, trash & debris 52 JB $______ $_________ 0015 Pruning 1 JB $______ $_________ 0016 Plant material maintenance 1 JB $______ $_________ 0017 Leaf, twig and tree limb tree debris collection 52 JB $______ $_________ 0018 Edging 19 JB $______ $_________ 0019 Trimming 38 JB $______ $_________ 0020 Mowing 38 JB $______ $_________ 0021 Broadleaf weed control 2 JB $______ $_________ 0022 Crabgrass preventer 2 JB $______ $_________ 0023 Aerate entire cemetery 1 JB $______ $_________ Total Estimated Price Base Period:  $__________             Option Period 1:         CLIN Operation Est. Quantity Unit Unit Price Total Price 1001 Interment, casketed 1 EA $______ $_________ 1002 Interment, cremated 3 EA $______ $_________ 1003 Clean headstones 565 EA $______ $_________ 1004 Set initial and replacement headstones 4 EA $______ $_________ 1005 Fine tune & realign headstones (bump & run) 565 EA $______ $_________ 1006 Raise & realign 565 EA $______ $_________ 1007 Sunken grave repair 10 EA $______ $_________ 1008 Fertilize entire cemetery 3 JB $______ $_________ 1009 Over-seed entire cemetery 1 JB $______ $_________ 1010 Placement & removal Memorial Day Grave Flags 565 EA $______ $_________ 1011 Dethatch entire cemetery 1 JB $______ $_________ 1012 Snow & ice removal 6 JB $______ $_________ 1013 Clean sidewalks/driveways and parking area 52 JB $______ $_________ 1014 Grounds clean up, trash & debris 52 JB $______ $_________ 1015 Pruning 1 JB $______ $_________ 1016 Plant material maintenance 1 JB $______ $_________ 1017 Leaf, twig and tree limb tree debris collection 52 JB $______ $_________ 1018 Edging 19 JB $______ $_________ 1019 Trimming 38 JB $______ $_________ 1020 Mowing 38 JB $______ $_________ 1021 Broadleaf weed control 2 JB $______ $_________ 1022 Crabgrass preventer 2 JB $______ $_________ 1023 Aerate entire cemetery 1 JB $______ $_________ Total Estimated Price Option Period 1:  $__________ Option Period 2:         CLIN Operation Est. Quantity Unit Unit Price Total Price 2001 Interment, casketed 1 EA $______ $_________ 2002 Interment, cremated 3 EA $______ $_________ 2003 Clean headstones 565 EA $______ $_________ 2004 Set initial and replacement headstones 4 EA $______ $_________ 2005 Fine tune & realign headstones (bump & run) 565 EA $______ $_________ 2006 Raise & realign 565 EA $______ $_________ 2007 Sunken grave repair 10 EA $______ $_________ 2008 Fertilize entire cemetery 3 JB $______ $_________ 2009 Over-seed entire cemetery 1 JB $______ $_________ 2010 Placement & removal Memorial Day Grave Flags 565 EA $______ $_________ 2011 Dethatch entire cemetery 1 JB $______ $_________ 2012 Snow & ice removal 6 JB $______ $_________ 2013 Clean sidewalks/driveways and parking area 52 JB $______ $_________ 2014 Grounds clean up, trash & debris 52 JB $______ $_________ 2015 Pruning 1 JB $______ $_________ 2016 Plant material maintenance 1 JB $______ $_________ 2017 Leaf, twig and tree limb tree debris collection 52 JB $______ $_________ 2018 Edging 19 JB $______ $_________ 2019 Trimming 38 JB $______ $_________ 2020 Mowing 38 JB $______ $_________ 2021 Broadleaf weed control 2 JB $______ $_________ 2022 Crabgrass preventer 2 JB $______ $_________ 2023 Aerate entire cemetery 1 JB $______ $_________ Total Estimated Price Option Period 2:       $__________ Option Period 3:         CLIN Operation Est. Quantity Unit Unit Price Total Price 3001 Interment, casketed 1 EA $______ $_________ 3002 Interment, cremated 3 EA $______ $_________ 3003 Clean headstones 565 EA $______ $_________ 3004 Set initial and replacement headstones 4 EA $______ $_________ 3005 Fine tune & realign headstones (bump & run) 565 EA $______ $_________ 3006 Raise & realign 565 EA $______ $_________ 3007 Sunken grave repair 10 EA $______ $_________ 3008 Fertilize entire cemetery 3 JB $______ $_________ 3009 Over-seed entire cemetery 1 JB $______ $_________ 3010 Placement & removal Memorial Day Grave Flags 565 EA $______ $_________ 3011 Dethatch entire cemetery 1 JB $______ $_________ 3012 Snow & ice removal 6 JB $______ $_________ 3013 Clean sidewalks/driveways and parking area 52 JB $______ $_________ 3014 Grounds clean up, trash & debris 52 JB $______ $_________ 3015 Pruning 1 JB $______ $_________ 3016 Plant material maintenance 1 JB $______ $_________ 3017 Leaf, twig and tree limb tree debris collection 52 JB $______ $_________ 3018 Edging 19 JB $______ $_________ 3019 Trimming 38 JB $______ $_________ 3020 Mowing 38 JB $______ $_________ 3021 Broadleaf weed control 2 JB $______ $_________ 3022 Crabgrass preventer 2 JB $______ $_________ 3023 Aerate entire cemetery 1 JB $______ $_________ Total Estimated Price Option Period 3: $__________ Option Period 4:         CLIN Operation Est. Quantity Unit Unit Price Total Price 4001 Interment, casketed 1 EA $______ $_________ 4002 Interment, cremated 3 EA $______ $_________ 4003 Clean headstones 565 EA $______ $_________ 4004 Set initial and replacement headstones 4 EA $______ $_________ 4005 Fine tune & realign headstones (bump & run) 565 EA $______ $_________ 4006 Raise & realign 565 EA $______ $_________ 4007 Sunken grave repair 10 EA $______ $_________ 4008 Fertilize entire cemetery 3 JB $______ $_________ 4009 Over-seed entire cemetery 1 JB $______ $_________ 4010 Placement & removal Memorial Day Grave Flags 565 EA $______ $_________ 4011 Dethatch entire cemetery 1 JB $______ $_________ 4012 Snow & ice removal 6 JB $______ $_________ 4013 Clean sidewalks/driveways and parking area 52 JB $______ $_________ 4014 Grounds clean up, trash & debris 52 JB $______ $_________ 4015 Pruning 1 JB $______ $_________ 4016 Plant material maintenance 1 JB $______ $_________ 4017 Leaf, twig and tree limb tree debris collection 52 JB $______ $_________ 4018 Edging 19 JB $______ $_________ 4019 Trimming 38 JB $______ $_________ 4020 Mowing 38 JB $______ $_________ 4021 Broadleaf weed control 2 JB $______ $_________ 4022 Crabgrass preventer 2 JB $______ $_________ 4023 Aerate entire cemetery 1 JB $______ $_________ Total Estimated Price Option Period 4: $__________ Base Period Amount: $ __________________________________________ Option Year 1 Amount: $___________________________________________ Option Year 2 Amount: $___________________________________________ Option Year 3 Amount: $___________________________________________ Option Year 4 Amount: $___________________________________________ Total Aggregate Contract Price (Base Year and All Options) : $____________________________________________ Note: Quoters will include a price for all Contract Line Item Number (CLIN s). Failure to submit a price for all items will be cause for rejection of offer. SITE VISIT: Pre-bid site visit inspection is highly recommended, contact the Contracting Officer s Representative Thomas Smith (COR) at 314-487-7669 or Alt. COR Robert Anderson 314-845-8320 to schedule visit. Any questions that may arise during or after the site visit MUST be directed to the Contracting Officer ONLY. Any answers received outside of the Contracting Officer are merely speculation and can t be considered factual until formerly addressed by amendment to the solicitation. Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 11:59 pm on 09/04/2020. Responses to this announcement will result in a Firm-Fixed Price IDIQ 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. Quoters 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 August 24, 2020 12:00 Noon Eastern Time. 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 Redacted copy of Technical Plan Signed SF-1449 -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation: (See Technical Acceptability for required content) -Past Performance Questionnaire Quotes shall be submitted via email ONLY: Email: John.Carlock@va.gov 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 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 fairness and reasonableness. 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. Technical Acceptability Qualification of all Personnel (training, experience, certifications) Equipment List MSDS for all chemicals being used List of Subcontractors business names (if being used) (what CLINs the subs will be performing) Write up detailing the technical methods and management Quality Control Plan Number of hours you believe each CLIN requires Number of employees you expect per CLIN requires Gantt Chart 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, Quoters 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). 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 Quoters Commercial Items (JUN 2020) 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 Mail: 575 N. Pennsylvania Street, Ste. 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) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors Quoters must complete annual representations and certifications on-line at https://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. (Mar 2020) 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 (JUN 2020) 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 365 calendar days, & 4 options if exercised) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $10,000.00 | $150,000.00| 30 days) 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) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2020) 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
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c10a262eb4bb43a8a15bebd533df6c73/view)
 
Place of Performance
Address: Alton National Cemetery 600 Pearl Street, Alton, IL 62003, USA
Zip Code: 62003
Country: USA
 
Record
SN05758448-F 20200816/200814230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.