F--Puerto Rico National Cemetery One-Time Algae Prevention/Application/Remediation Services

expired opportunity(Expired)
From: Federal Government(Federal)
36C78619Q0465

Basic Details

started - 26 Aug, 2019 (about 4 years ago)

Start Date

26 Aug, 2019 (about 4 years ago)
due - 30 Aug, 2019 (about 4 years ago)

Due Date

30 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C78619Q0465

Identifier

36C78619Q0465
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102827)VETERANS AFFAIRS, DEPARTMENT OF (102827)NATIONAL CEMETERY ADMIN (36C786) (2249)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (9)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Aug 17, 2019 12:09 pm 1RFQ FOR COMMERCIAL ITEMSGENERAL INFORMATIONDocument Type: Combined Synopsis SolicitationSolicitation Number: 36C78619Q0465Issue Date of Solicitation: August 17, 2019Response Due Date: August 30, 2019 at 6:00 pm (Eastern)Requested Services One-Time Algae Prevention/Application/Remediation ServicesPlace of Performance: Puerto Rico National Cemetery50 Avenida Cementerio NacionalBayamón, Puerto Rico 00961Applicable NAICS: 562910 Remediation ServicesClassification Code: F108, Environmental Systems Protection Environmental RemediationSet Aside Type: 100% Service Disabled Veteran Owned Small Business (SDVOSB)Period of Performance: 15 Days AROIssuing Contracting Office: Department of Veterans AffairsNational Cemetery Administration, Contracting Services75 Barrett Heights Rd., Suite 309Stafford, VA 22556Attachments: (A) Wage Determination #2015-5708, Revision 11, dated August 2, 2019 for Bayamon PR Municipality(B) Performance Work Statement (PWS)(C) Price/Cost
Schedule(D) Past Performance Questionnaire(E) Past Performance List of ReferencesThis 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 36C78619Q0465.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 562910, Remediation Services with a business size standard in dollars of $20.5 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. 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. Offerors must demonstrate 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 CONTRACTThe 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 a one-time service Algae Prevention/Application/Remediation Services for the Puerto Rico 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, if applicable), 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.CLINNo.Supplies/ServicesEst. QtyUnitUnit PriceTotal Price0001Description$_________$___________SEE ATTACHMENT C - PRICE/COST SCHEDULETotal$___________Total Estimated Price Base and all Option periods$______________SCOPE: The contractor shall be responsible for providing Algae Prevention/Application/Remediation Services for the Puerto Rico National Cemetery.Services to be Provided: See Attachment B Performance Work StatementINSTRUCTIONS TO OFFERORS: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. CONTRACTS WILL NOT BE AWARDED TO TO COMPANIES THAT DO NOT HAVE A CURRENT/ACTIEV SAM ACCOUNT REGISTRATION.SDVOSB and VOSB socio-economic category concerns MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) AT TIME OF AWARD if selected.Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 6:00 pm (Eastern) on August 30, 2019. Responses to this announcement will result in a Firm Fixed Priced 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 August 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 Puerto Rico National Cemetery or Southeast District 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.QUOTATION PREPARATION INSTRUCTIONS:Offer Format and Submission Information:Offers must be submitted on company letterhead. Commercial format is encouraged. All Offer documents must be submitted in SEPARATE volumes and 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 AddressDUNS NumberPoint of Contact NameTelephone numberEmail AddressCapabilities StatementProof of current System for Award Management (SAM) accountFor SDVOSB and VOSB concerns, proof of current Vendor Information Pages (VIP) certification (CVE letter is also acceptable).One (1) signed copy of Acknowledgement of any Solicitation AmendmentsOne (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety DataOne (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 (VOLUME B). The following shall also be included as part of the offeror s technical submission:Experience of company and subcontractors anticipated to perform work under this contractManagerial & Technical Qualifications of key personnelQualifications of any proposed sub-contractors and the percentage of work they will be performing.Past Performance Questionnaire (Attachment C) AND at least three (3) Past Performance References for related Grounds Maintenance Services (VOLUME C)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.Pricing shall be submitted as requested in the Schedule of Supplies/Services.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 by the above deadline.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 Firm Fixed Priced 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.BASIS FOR CONTRACT AWARDIn accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which vendor provides the best value to the Government in terms of the information provided in response to the non-priced factors while also providing a competitive price.Comparative Evaluations is the act of comparing two or more offers or proposal in response to the RFQ. Quotations will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which provides the government with is needed, as identified in the RFQ. The comparison also performed to compare each offeror to one another to determine which provides the best benefit to the government. 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.Moreover, the Government is not assigning weight to the factors or listing them in any order of importance. A comparative evaluation of offers will be conducted using the following segments of the contractors quotation: (1) Price, (2) Past Performance, (3) Socio-economic status, and (4) Quality Control Plan. The Government will evaluate for the following:Price - The Government is evaluating unit pricing and the total overall price to determine price fair and reasonableness. The evaluation will also consider the possibility that FAR 52.217-8 Option to Extend Services can be exercised at any time and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.Past Performance - The Government is evaluating the Contractor s past performance to determine is previous experience if both recent and relevant to the needs of the Government as stated in the Performance Work Statement. The Past Performance evaluation will be based on the Contractor having successfully completed verifiable past performance that is similar in scope and nature to that identified in the Performance Work Statement. Past Performance will be deemed acceptable if it is determined that that there is substantial confidence the Contractor can perform the effort based on the submitted past performance documentation.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.Socio-economic status - The evaluation of offers received in response to the solicitation will use proof of current Service Disabled Veteran Owned Small Business (SDVOSB) Status verification in CVE/Veterans Information Pages (VIP) databases.Technical Acceptability/ Quality Control PlanDemonstrated experience performing this requirementDemonstrated qualifications to perform servicesUse of Sub-ContractorsQuality Control Plan - The Government is evaluating whether the Contractor understands the requirement and has the quality measures in place to insure compliance with the Performance Work Statement and Quality Assurance Surveillance Plan (if applicable) throughout the entire performance period of the contract.Solicitation Provisions and Contract ClausesThe 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)FAR 52.212-2 Evaluation Commercial ItemsVAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation FactorsOfferors 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 52.216-27 Single or Multiple Awards (Oct 1995)FAR 52.217-8 Option to Extend Services (Nov 1999) (30 days)FAR Clause 52.223-3 Hazardous Material Identification and Material Safety DataFAR 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). End of Document

Puerto Rico National Cemetery;50 Avenida Cementerio Nacional;Bayamón, Puerto Rico 00961 00961 United StatesLocation

Place Of Performance : Puerto Rico National Cemetery;50 Avenida Cementerio Nacional;Bayamón, Puerto Rico 00961 00961 United States

Country : United States

You may also like

COPIER MAINTENANCE SERVICE AND SUPPLIES FOR THE PUERTO RICO NATIONAL CEMETERY

Due: 31 Mar, 2029 (in about 5 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

562 -- Waste Management and Remediation Services/562910 -- Remediation Services
naicsCode 562910Remediation Services
pscCode FWater Quality Support Services