Rfq For Commercial Items General Information Document Type Combined Synopsis Solicitation Solicitation Number 36C78620q0257 Post Date 6 17 2020 Original Response Date 07 31 2020 At 2 00 Pm Est Applicable Naics 561730 Naics Size Standard 8 Million Classification Code S208 Set Aside Type Sdvosb Service Disabled Veteran Owned Small Business Period Of Performance Base Year Plus 4 Option Years Issuing Contracting Office Department Of Veterans Affairs National Cemetery Administration Contract Services 155 Van Gordon Street Suite 510 Lakewood Co 80228 Place Of Performance Fort Logan National Cemetery 4400 West Kenyon Avenue Denver Co 80236 Attachments Scope Of Work Schedule Of Services Fort Logan Attachments Amp Qasp Wage Determinations No 15 5419 Rev 13 Dated 12 23 2019 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 Quotes Are Being Requested And A Written Solicitation Will Not Be Issued This Solicitation Is Issued As A Request For Quote Rfq Solicitation Number 36C78620q0257 This Solicitation Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular Fac 2020 06 Effective 6 May 2020 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 Contract Scope The Contractor Shall Be Responsible For Providing Grounds Maintenance Services To Include But Not Limited To Mowing Trimming Features Plantings And Headstones Edging Features And Flat Markers Weed Control And Fertilizing At The Fort Logan National Cemetery In Denver Colorado Price Schedule Contractor Shall Provide All Labor Supervision Material Equipment Tools And Supplies To Provide Grounds Maintenance Services For The Fort Logan National Cemetery Following National Cemetery Administration Standards Units And Services To Be In Accordance With Statement Of Work Technical Specifications And The 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 Item Clin 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 Responses To This Request For Quotes Rfq Are Due To The Contracting Officer No Later Than 2 00 Pm Eastern Standard Time Est On 07 31 2020 Responses To This Announcement Will Result In A Firm Fixed Price 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 Monday July 20 2020 Questions Pertaining To This Announcement Shall Be Sent By Email To Kelly Rima Va Gov Questions Will Not Be Addressed Using The Telephone One Specific Site Visit Is Not Scheduled Due To Covid 19 Site Visits Will Be Handled On An Appointment Basis To Arrange For A Site Visit Please Contact Stan Simmons At Least 48 Hours In Advance To Schedule The Site Visit Stan Can Be Reached At Stanley Simmons Va Gov Quote Format And Submission Information Quotes Shall Be Submitted Via Email Only Kelly Rima Va Gov Evaluation Process The Government Will Award A Firm Fix Contract Using Far Part 13 Simplified Acquisition Procedures The Award Will Be Made To A Contractor Whose Offer Is The Most Advantageous To The Government Considering The Administrative Cost Of Service Offeror Will Be Evaluated By Utilizing A Comparative Evaluation Of Offers Although The Evaluation Of An Offeror And Award Of A Contract Will Be Made Without Discussion The Government Nevertheless Reserves The Right To Conduct Discussions If The Contracting Officer Determines It To Be Necessary 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 Offers Having The Highest Past Performance Rating Possible Represents The Best Benefit To The Government Proposal Contents Two Volumes Should Be Submitted Volume 1 Is Pricing And Volume 2 Is Technical Volume 1 Pricing Offer Letter On Company Letterhead Which Includes The Following Legal Business Company Name As Listed In Www Sam Gov Duns Number Point Of Contact Authorized Negotiator Telephone Number For Contact Email Address For Contact Person List Any Exceptions To The Requirements Schedule Of Services With Quoted Amounts Volume 2 Technical Package For Evaluation One 1 Technical Proposal That Addresses The 3 Evaluation Factors And The Scope Of Work Sow Volume 2 Technical Package Cannot Exceed 45 Pages Technical Management Capabilities Key Personnel Performance Plan And Scheduling Staffing Plan And Equipment Technical Package The Technical Package Shall Include A Detailed Narrative That Describes The Contractor S Approach To Meeting The Contract Requirements By Addressing Each Of The Technical Factors And Sub Factors Offer Shall Be Evaluated In Accordance With The Criteria Contained In This Solicitation And On How Well The Contractor S Approach Meets Or Exceeds The Government Requirements Failure To Provide The Required Narrative Will Result In The Contractor Being Considered Nonresponsive Specifically Address The Following Factor 1 Technical Management Capabilities The Detailed Technical Management Section Shall Specifically Address All Technical And Management Requirements Set Forth In This Request For Proposal Rfp Including Any Exhibits Or Amendments Contractor Shall Submit Experience Expertise With The Cemetery Grounds Maintenance Lawn Maintenance Mowing Trimming And Edging Sod Replacement And Or Seeding Fertilizer And Weeding Trash And Debris Removal Leaf Collection Operation Of Equipment In The Vicinity Of Headstones And Other Objects Man Made Or Natural Provide Relevant Information That Shall Demonstrate The Technical And Or Managerial Qualifications Of Key Personnel You Propose To Use In Accomplishing The Contract Qualifications Of Technical Personnel Shall Be Listed With Training Experience And Certifications E G Licensed Pesticide Applicator Demonstrated Qualifications And Experience For Each Individual Should Be Included In This Sub Factor In The Form Of A Resume Not To Exceed Two Pages In Length For Each Of The Individuals Identified Key Personnel Are Construed To Include Those Individuals Who Will Directly Manage Supervise Or Oversee On Site Contract Performance Or Who Will Provide Technical Advice And Guidance To Contractor Personnel Or Who Will Serve As A Liaison Between Your Company And Cemetery Staff Including The Contracting Officer S Representative S Cor The Key Personnel Shall Include At A Minimum The Onsite Supervisor Offerors Onsite Supervisor Must Have Not Less Than Five 5 Years Of Experience As A Direct Supervisor Of Either Turf Renovation Or Installation Projects Or Grounds Maintenance Operations That Included Mowing Trimming Edging And Cleanup In Industrial Commercial Or Public Sites Identify Exactly What Each Key Person Will Be Doing For The Contract Offerors Shall Detail The Management Availability During Contract Performance Identify Alternate Key Personnel As Backup For Key Personnel You May Identify Other Personnel As Key If In Your Opinion These Personnel Will Have Substantive Impact In The Technical Or Contract Management Aspects Of Contract Performance Offerors Shall Provide Or Demonstrate The Ability Of Obtaining Before Commencement Of Contract Performance All Licenses Permits Insurance Information And Other Certifications I E Any Herbicides Insecticides And Chemicals Proposed To Perform The Contract Factor 2 Performance Plan And Scheduling Describe The Methodology To Be Implemented To Accomplish The Requirements Of The Sow And Detail How The Proposed Approach Will Effectively Achieve Each Performance Objective A Statement Such As The Offeror Will Abide By All Contract Requirements Is Not Acceptable For Determining Technical Acceptability Offerors Shall Provide A Narrative Specifying How Allowances Have Been Made For Weather Delays Holidays And Burial Services The Days Of The Week And The Hours Of Operations Note Technical Capability Will Be Evaluated To Determine The Extent To Which It Demonstrates A Clear Understanding Of All Features Involved In Performance Of The Requirements Identified In The Sow The Narrative Should Not Simply Restate The Government S Requirements But It Should Describe In Detail How The Offeror Intends To Meet The Requirements Factor 3 Staffing Plan And Equipment It Is Mandatory That Offerors Be Solely Responsible For Performing The Contract Offerors Shall Describe The Proposed Staffing Plan With Any Subcontracting Offerors Shall Justify Why The Range I E Quantity Of Proposed Staff Is Appropriate To Complete The Work Within The Given Period Of Performance Offerors Shall Indicate How Long It Will Take To Fully Staff The Contract And How Peak Workloads Overlapping Or Simultaneous Task Assignments And Sick And Vacation Leaves Will Be Covered And Other Contingency Plans To Manage Resources Additionally Offerors Shall Include A Discussion Of How Their Personnel Are Allocated Per Task How The Offeror Plans To Retain The Proposed Staffing Levels Information On Turnover Rates And Related Recruiting Efforts Offerors Shall Provide A Thorough List Of Equipment Vehicles Supplies Products And Materials That They Propose To Use Under The Contract Equipment Model Type And Age Should Be Addressed For Work To Be Performed With And Explanation On How The Proposed Method Selected Is More Beneficial To The Government This List Shall Include Any Equipment Being Provided By A Proposed Subcontractor Price Proposed Price Will Be Evaluated For Reasonableness And Realism The Government Reserves The Right To Reject All Proposals If Doing So Is In The Best Interest Of The Government 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 Far 52 209 7 Information Regarding Responsibility Matters Jul 2013 Far 52 212 1 Instructions To Offerors Commercial Items Oct 2018 Far 52 212 3 Offeror Representations And Certifications Commercial Items Oct 2018 Far 52 223 1 Biobased Product Certification May 2012 Far 52 233 2 Service Of Protest Sept 2006 Vaar 852 233 70 Protest Content Alternative Dispute Resolution Oct 2018 Vaar 852 233 71 Alternate Protest Procedure Oct 2018 Vaar 852 270 1 Representatives Of Contracting Officers Jan 2008 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 52 203 16 Preventing Personal Conflicts Of Interest Dec 2011 Far 52 203 17 Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights Apr 2014 Far 52 204 4 Printed Or Copied Double Sided On Postconsumer Fiber Content Paper May 2011 Far 52 216 18 Ordering Oct 1995 Date Of Award Through June 30 2021 Far 52 216 19 Order Limitations Oct 1995 200 00 10 000 25 000 10 Days 5 Days Far 52 216 21 Requirements Oct 1995 July 31 2021 Far 52 217 8 Option To Extend Services Nov 1999 15 Days Far 52 217 9 Option To Extend The Term Of The Contract Mar 2000 Far 52 223 2 Affirmative Procurement Of Biobased Products Under Service And Construction Contracts Sep 2013 Far 52 228 5 Insurance Work On A Government Installation Jan 1997 Cl 120 Supplemental Insurance Requirements In Accordance With Far 28 307 2 And Far 52 228 5 The Following Minimum Coverage Shall Apply To This Contract A Workers Compensation And Employers Liability Contractors Are Required To Comply With Applicable Federal And State Workers Compensation And Occupational Disease Statutes If Occupational Diseases Are Not Compensable Under Those Statutes They Shall Be Covered Under The Employer s Liability Section Of The Insurance Policy Except When Contract Operations Are So Commingled With A Contractor s Commercial Operations That It Would Not Be Practical To Require This Coverage Employer s Liability Coverage Of At Least 100 000 Is Required Except In States With Exclusive Or Monopolistic Funds That Do Not Permit Workers Compensation To Be Written By Private Carriers B General Liability 500 000 00 Per Occurrences C Automobile Liability 250 000 00 Per Person 500 000 00 Per Occurrence And 100 000 00 Property Damage D The Successful Bidder Must Present To The Contracting Officer Prior To Award Evidence Of General Liability Insurance Without Any Exclusionary Clauses For Asbestos That Would Void The General Liability Coverage End Of Clause 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 852 219 10 Va Notice Of Total Service Disabled Veteran Owned Small Business Jul 2019 Deviation Vaar 852 219 74 Limitations On Subcontracting Monitoring And Compliance Jul 2018 Vaar 852 232 72 Electronic Submission Of Payments Requests Nov 2018 The Clause At 52 212 5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Mar 2020 Applies To This Acquisition The Following Subparagraphs Of Far 52 212 5 Are Applicable B 1 B 4 B 6 B 7 B 8 B 14 B 16 B 18 B 19 B 21 B 22 B 27 B 28 B 29 B 30 B 31 B 32 B 33 B 34 B 35 B 36 B 44 B 51 B 57 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 Wg3 15 91 4 54
Contact Information
Other Detail
View Notice Now...
Fill Detail for Getting Instant Access
Download Tender Document / Tender Notice
Dear Sir,
Warm Greetings from TenderDetail.com !!
We have received Tender Document request for the TDR No : 30873317
Tender Notice along with it's Attachments ( Tender Document / Scan Image of News Paper)
sent to your Email Address :.
Please check your email for Tender Document.