United States - S--Grounds Maintenance Services for Marion National Cemetery and Crown Hill Cemetery per attached contract. TIERED EVALUATION

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 August 2019
Opportunity publication date
11 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 10, 2019 8:34 am

RFQ FOR COMMERCIAL ITEMS

GENERAL INFORMATION

Document Type: Combined Synopsis Solicitation Tiered Evaluation

Solicitation Number: 36C78620Q0015

Post Date: 08/10/2019

Original Response Date: 08/27/2019 at 12:00 pm

Applicable NAICS: 561730

Classification Code: S208

Set Aside Type: TIERED EVALUATION - SDVOSB/VOSB/SB

Period of Performance: Date of Award 365 days (4) one-year options if exercised

Issuing Contracting Office: Department of Veterans Affairs

National Cemetery Administration, Contract Services

18434 Joplin Road

Triangle, VA 22172

Place of Performance: Marion National Cemetery Crown Hill National Cemetery

1700 East 38th Street 700 West 38th Street

Marion, IN 46952 Indianapolis, IN 46208

Attachments: A Wage Determination No. 2015-4787, Revision 11

Wage Determination No. 2015-4813, Revision 11

B Performance Work Statement

C Past Performance Questionnaire

D 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0015

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-04 Effective August 7, 2019.

TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS

This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or

in the alternative, a tiered evaluation for VOSB concerns, or in the alternative,

a set aside for other small business concerns with HUBZone small business

concerns and 8(a) participants having priority. If award cannot be made, the

solicitation will be cancelled and the requirement resolicited

The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard 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.

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 grounds maintenance services and headstone raise & realign at Marion National Cemetery and Crown Hill National Cemetery along with mow and trimming at Crown Hill only.

PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to provide install initial and replacement headstones, clean headstones, raise and realign headstones at Marion National Cemetery, 1700 East 38th Street, Marion, IN 46952 and Crown Hill National Cemetery, 700 West 38th Street, Indianapolis, IN 46208 following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation.

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.

SCHEDULE OF UNIT PRICES

Base Period: Date of Award through 365 calendar days

CLIN

Operation

Est. Quantity

Unit

Unit Cost

Total Cost

0001

Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing

36

JB

$______

$_________

0002

Crown Hill: Trim headstones and markers w/ every mowing

36

JB

$______

$_________

0003

Crown Hill: Headstone Raise & realign

450

EA

$______

$_________

0004

Crown Hill: Headstones/Monument Cleaning

2

JB

$______

$_________

0005

Crown Hill: Headstones - routine alignment correction (bump and run)

50

EA

$______

$_________

0006

Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).

2

JB

$______

$_________

0007

Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).

2

JB

$______

$_________

0008

Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).

1

JB

$______

$_________

0009

Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).

3

JB

$______

$_________

0010

Crown Hill: Turfgrass - aerification (1 x year).

1

JB

$______

$_________

0011

Crown Hill: overseeding (1 x year)

1

JB

$______

$_________

0012

Crown Hill: Grub Control insecticide

1

JB

$______

$_________

0013

Crown Hill: POW/MIA flag raise and lower

6

JB

$______

$_________

0014

Marion: Headstone raise and realign

300

EA

$______

$_________

0015

Marion: Grub control insecticide

1

JB

$______

$_________

0016

Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)

3

JB

$______

$_________

0017

Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)

2

JB

$______

$_________

0018

Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).

2

JB

$______

$_________

0019

Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)

1

JB

$______

$_________

0020

Crown Hill Urban Initiative: Turfgrass - mowing, 15 acres. Remove all leaves, branches, debris, trash, as needed with each mowing

20

JB

$______

$_________

Estimated Total Cost Base Period: 

$__________

 

 

 

 

 

 

Option Period 1

 

 

 

 

CLIN

Operation

Est. Quantity

Unit

Unit Cost

Total Cost

1001

Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing

36

JB

$______

$_________

1002

Crown Hill: Trim headstones and markers w/ every mowing

36

JB

$______

$_________

10003

Crown Hill: Headstone Raise & realign

450

EA

$______

$_________

1004

Crown Hill: Headstones/Monument Cleaning

2

JB

$______

$_________

1005

Crown Hill: Headstones - routine alignment correction (bump and run)

50

EA

$______

$_________

1006

Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).

2

JB

$______

$_________

1007

Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).

2

JB

$______

$_________

1008

Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).

1

JB

$______

$_________

1009

Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).

3

JB

$______

$_________

1010

Crown Hill: Turfgrass - aerification (1 x year).

1

JB

$______

$_________

1011

Crown Hill: overseeding (1 x year)

1

JB

$______

$_________

1012

Crown Hill: Grub Control insecticide

1

JB

$______

$_________

1013

Crown Hill: POW/MIA flag raise and lower

6

JB

$______

$_________

1014

Marion: Headstone raise and realign

300

EA

$______

$_________

1015

Marion: Grub control insecticide

1

JB

$______

$_________

1016

Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)

3

JB

$______

$_________

1017

Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)

2

JB

$______

$_________

1018

Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).

2

JB

$______

$_________

1019

Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)

1

JB

$______

$_________

0020

Crown Hill Urban Initiative: Turfgrass - mowing, 15 acres. Remove all leaves, branches, debris, trash as needed with each mowing

20

JB

$______

$_________

Estimated Total Cost Option Period 1: 

$__________

Option Period 2

 

 

 

 

CLIN

Operation

Est. Quantity

Unit

Unit Cost

Total Cost

2001

Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing

36

JB

$______

$_________

2002

Crown Hill: Trim headstones and markers w/ every mowing

36

JB

$______

$_________

2003

Crown Hill: Headstone Raise & realign

450

EA

$______

$_________

2004

Crown Hill: Headstones/Monument Cleaning

2

JB

$______

$_________

2005

Crown Hill: Headstones - routine alignment correction (bump and run)

50

EA

$______

$_________

2006

Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).

2

JB

$______

$_________

2007

Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).

2

JB

$______

$_________

2008

Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).

1

JB

$______

$_________

2009

Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).

3

JB

$______

$_________

2010

Crown Hill: Turfgrass - aerification (1 x year).

1

JB

$______

$_________

2011

Crown Hill: overseeding (1 x year)

1

JB

$______

$_________

2012

Crown Hill: Grub Control insecticide

1

JB

$______

$_________

2013

Crown Hill: POW/MIA flag raise and lower

6

JB

$______

$_________

2014

Marion: Headstone raise and realign

300

EA

$______

$_________

2015

Marion: Grub control insecticide

1

JB

$______

$_________

2016

Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)

3

JB

$______

$_________

2017

Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)

2

JB

$______

$_________

2018

Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).

2

JB

$______

$_________

2019

Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)

1

JB

$______

$_________

Estimated Total Cost Option Period 2:

 

 

 

$__________

Option Period 3

 

 

 

 

CLIN

Operation

Est. Quantity

Unit

Unit Cost

Total Cost

3001

Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing

36

JB

$______

$_________

3002

Crown Hill: Trim headstones and markers w/ every mowing

36

JB

$______

$_________

3003

Crown Hill: Headstone Raise & realign

450

EA

$______

$_________

3004

Crown Hill: Headstones/Monument Cleaning

2

JB

$______

$_________

3005

Crown Hill: Headstones - routine alignment correction (bump and run)

50

EA

$______

$_________

3006

Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).

2

JB

$______

$_________

3007

Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).

2

JB

$______

$_________

3008

Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).

1

JB

$______

$_________

3009

Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).

3

JB

$______

$_________

3010

Crown Hill: Turfgrass - aerification (1 x year).

1

JB

$______

$_________

3011

Crown Hill: overseeding (1 x year)

1

JB

$______

$_________

3012

Crown Hill: Grub Control insecticide

1

JB

$______

$_________

3013

Crown Hill: POW/MIA flag raise and lower

6

JB

$______

$_________

3014

Marion: Headstone raise and realign

300

EA

$______

$_________

3015

Marion: Grub control insecticide

1

JB

$______

$_________

3016

Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)

3

JB

$______

$_________

3017

Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)

2

JB

$______

$_________

3018

Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).

2

JB

$______

$_________

3019

Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)

1

JB

$______

$_________

Estimated Total Cost Option Period 3:

$__________

Option Period 4

 

 

 

 

CLIN

Operation

Est. Quantity

Unit

Unit Cost

Total Cost

4001

Crown Hill: Turfgrass - mowing, 2.3 acres. Remove all leaves, branches, debris, trash, floral arrangements as needed with each mowing

36

JB

$______

$_________

4002

Crown Hill: Trim headstones and markers w/ every mowing

36

JB

$______

$_________

4003

Crown Hill: Headstone Raise & realign

450

EA

$______

$_________

4004

Crown Hill: Headstones/Monument Cleaning

2

JB

$______

$_________

4005

Crown Hill: Headstones - routine alignment correction (bump and run)

50

EA

$______

$_________

4006

Crown Hill: Turfgrass - pre-emergence herbicide application (2.3 acres; April & June).

2

JB

$______

$_________

4007

Crown Hill: Turfgrass - post-emergence herbicide spray. (2.3 acres; Oct & May).

2

JB

$______

$_________

4008

Crown Hill: Turgrass post emergence spray for yellow nutsedge and other weeds (2.3 acres; June).

1

JB

$______

$_________

4009

Crown Hill: Turfgrass - fertilization (2.3 acres Oct, Jun, Sep).

3

JB

$______

$_________

4010

Crown Hill: Turfgrass - aerification (1 x year).

1

JB

$______

$_________

4011

Crown Hill: overseeding (1 x year)

1

JB

$______

$_________

4012

Crown Hill: Grub Control insecticide

1

JB

$______

$_________

4013

Crown Hill: POW/MIA flag raise and lower

6

JB

$______

$_________

4014

Marion: Headstone raise and realign

300

EA

$______

$_________

4015

Marion: Grub control insecticide

1

JB

$______

$_________

4016

Marion: Turfgrass fertilization (43 acres Oct, Jun, Sep)

3

JB

$______

$_________

4017

Marion: Turfgrass pre emergence herbicide application (43 acres Apr and Jun)

2

JB

$______

$_________

4018

Marion: Turfgrass post emergence herbicide spray (43 acres Oct and May).

2

JB

$______

$_________

4019

Marion: Post emergence spray yellow nutsedge and other weeds (43 acres Jun)

1

JB

$______

$_________

Estimated Total Cost Option Period 4:

$__________

Total Aggregate Cost Base Period and All Options

 

 

 

$__________

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 a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Marion National Cemetery and Crown Hill National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements:

Tom Kulich, Asst. Director; Phone: 765-674-0284

John Drake, Foreman, Phone 765-674-0284

Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 08/27/2018. 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.

Quote Format and Submission Information:

Quotes must be submitted on company letterhead. Commercial format is encouraged. All quotes shall include the following information as part of their submission:

Legal Business/Company Name (as listed in www.sam.gov)

DUNS Number

Point of Contact Name

Telephone number

Email Address

Signed SF1449

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

-Technical Package for Evaluation

-Past Performance Questionnaire (Attachment C)

-List of References (Attachment D)

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

Email: john.carlock@va.gov

Mail: 575 N. Pennsylvania Street

Midwest District, Suite 495

Indianapolis, IN 46204

For quotes mailed, quotes shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration.

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 contractor whose quote 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 quote 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 quote 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 in order to be eligible for award in terms of reasonableness and realism using any or all of the methods listed below.

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.

Because below-cost prices are not inherently improper, when vendors are competing for award of a fixed-price contract, vendors are given notice that a business decision to submit a low-priced quotation may be considered as reflecting on their understanding of the contract requirements or the risk associated with their approach.

Contractors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exits when, despite an acceptable total evaluated price, the price of one or more contract line items for the base and or option years is significantly overstated or understated as indicated by the application of analysis techniques. Quotesthat are determined to be unbalanced may be rejected if the lack of balance poses an unacceptable risk to the Government.

Technical Acceptability

Qualification of all Personnel (training, experience, certifications)

Sufficient Personnel/Equipment- list of all equipment to be utilized in this contract as well as staffing and the tasks they will perform, number of total persons to be on the ground working

Equipment List shall have the models, horse power and ages of the motorized equipment

List of proposed supplies

List of Subcontractors business names (if being used) and the tasks and/or CLINS they will perform

Write up detailing the technical methods and management of completing a cycle

Number of hours you believe each CLIN requires per cycle

Number of employees you expect a cycle requires

What is the plan to cover/correct employee absences, vacations and low staffing levels?

Please provide a Gantt chart containing the employees, equipment and hours for all tasks in the CLINs

Information will be evaluated on it demonstrating an understanding of the work requirements (Adequate Performance Plan)

3. Past Performance

4. SDVOSB Status verification in CVE (if applicable)

Quote Contents:

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

-Technical Package for Evaluation (a redacted copy of the technical quote removing ALL company names and identifiable information is REQUIRED) ..a quote may be considered non-responsive if a redacted copy or any of the required submissions of the technical quote is not received and therefore may be removed from further consideration for award.

The following shall be included as part of the quoters submission (See Technical Acceptability Above):

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 identify the exact work to be done.

-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: john.carlock@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 (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 (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, 2020)

FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $25,000.00| 30 days)

FAR 52.216-21 Requirements (Oct 1995) (September 30, 2020)

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 (May 2019) 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 3-1

$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

Opportunity closing date
27 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs National Cemetery Administration United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?