9930--TIERED EVALUATIONS Graveliners Massachusetts Cemetery

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Massachusetts
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159767581496528
Posted Date: Jul 14, 2023
Due Date: Jul 21, 2023
Solicitation No: 36C78623Q0068
Source: Members Only
Follow
9930--TIERED EVALUATIONS Graveliners Massachusetts Cemetery
Active
Contract Opportunity
Notice ID
36C78623Q0068
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NATIONAL CEMETERY ADMIN (36C786)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 14, 2023 11:28 am EDT
  • Original Date Offers Due: Jul 21, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 9930 - MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 327390 - Other Concrete Product Manufacturing
  • Place of Performance:
    Bourne , MA 02532
    USA
Description
GENERAL INFORMATION:
Document Type: Combined Synopsis Solicitation
Solicitation Number: 36C78623Q0068
Post Date: 7/14/2023
Original Response Date: 7/21/2023
Applicable NAICS: 327390
Classification Code: 9930
Set Aside Type: TIERD EVALUATIONS
Period of Performance: Base: 1 August 2023- 31 July 2024, Four, One Year Options
Issuing Contracting Office: Department of Veterans Affairs
National Cemetery Administration, Contract Services
18434 Joplin Road
Triangle, VA 22172

Place of Performance: Massachusetts National Cemetery, Connery Avenue, Bourne, Massachusetts 02532

Attachments: Attachment A Price Schedule Graveliners
Attachment B Statement of Work Mass Concrete Graveliners
Attachment C Wage Determination SCA 2015-4045
Attachment D -- Past Performance Questionnaire Graveliners

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 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 Quotation (RFQ), solicitation number 36C78623Q0068.

This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2023-04 (eff. 6/2/2023).
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE:
The (NAICS) code for this procurement is 327390. The business size standard number of employees is 500.

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 Veteran Affairs, National Cemetery Administration, anticipates the award of an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. IDIQ Contracts does not procure or specify a firm quantity of services (other than a minimum or maximum quantity). The awardee shall be issued via Task Orders (TOs) for the performance of services during the period of the contract. This Contract is for Massachusetts National Cemetery, Connery Avenue, Bourne, Massachusetts 02532.

DIGNITY CLAUSE:
Respect for Headstones and Markers in National Cemeteries; Handling of Markers and Headstones
Every action by Offeror personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Offeror employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals.
Offerors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them.
No tools, equipment or other items will be placed or leaned on headstones or markers.
Use care not to scratch or damage markers in any manner.

Offeror shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (e.g., casket or urn), or outer burial container, the Offeror must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance.
Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution.
The Offeror is required to discuss the guidance with employees and/or subcontractors and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin.
Contracted Site Supervisor will ensure that no Offeror personnel work will cause any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised.
A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided on the day of the service. The Site Supervisor shall communicate not less than daily with the COR, to ask questions and ensure he/she and contracted personnel understands the off-limit areas.
RESPONSE TO REQUEST FOR QUOTATION (RFQ): Quotes are due to the Contracting officer no later than 12:00PM EST on 7/21/2023. Responses to this announcement will result in an IDIQ Contract. 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 sam.gov.

SOLICITATION QUESTIONS:
All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than close of business, 7/18/2023 at 10:00AM EST. Questions pertaining to this announcement shall be sent by email to: Antionette.Collins@va.gov. Telephone inquiries will not be accepted. Associated answers to questions submitted will be provided via a solicitation amendment. Should an amendment not be endorsed by the interested Offeror, the quote will be considered Non-Responsive.

SITE VISIT: Offerors or quoters 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 Massachusetts National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements. DO NOT VISIT THE CEMETERY WITHOUT MAKING PRIOR ARRANGEMENTS:

Mark Polen, Cemetery Director................................................................ (508) 563-7113
Christopher Hickey, Assistant Director .. (508) 563-7113
Facsimile #............................................................................................................ (508) 564-9946

INSTRUCTIONS TO OFFERORS:
ELIGIBILITY: This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127.

TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: All proposals under this solicitation will be subject to a tiered evaluation that include the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns, with HUBZone small business concerns and 8(a) participants having priority; and (4) full and open competition (unrestricted), which includes large businesses (other than small business concerns). If award cannot be made in any of these tiers, the solicitation will be cancelled and the requirement resolicited.

Interested Offerors MUST be registered with the System of Award Management (SAM) at http://www.sam.gov and must compete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to the solicitation closing date. Failure to comply will result in the offeror being considered Non-Responsive.

Anyone submitting a quote as a Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) socio-economic category concerns MUST have an active/current registration with the SBA Veteran Small Business Certification (VetCert) https://veterans.certify.sba.gov/ . Failure to comply will result in the offeror being considered Non-Responsive.
Interested Offerors who do not have a current/active Sam account registration or who are not certified in VetCert upon solicitation close date will be considered non-responsive.

All offers are to be submitted to the Contracting Officer, via email at Antionette.Collins@va.gov no later than 12:00PM EST on 7/21/2023.

QUOTATION PREPARATON INSTRUCTIONS: Offerors shall submit quotes in four (4) separate Adobe Acrobat (.pdf) documents identifying each .pdf document as Volumes A, Volume B, Volume C, and Volume D. Interested Offerors who fail to submit the four (4) separate .pdf documents will be considered non-responsive.
Company Information (Volume A)
The following information shall be included in Volume A:
Legal Business/Company Name (as listed in www.sam.gov)
Complete Company Address (No P.O. Boxes)
Duns Number
SAM UID
Company Point of Contract Name and Title
Telephone Number
Email Address
Company Capabilities Statement
One (1) Signed Copy of all Solicitation Amendments
One (1) Copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable).
One (1) copy of Completed FAR Provisions 52.212-3 Certifications and Representations or indicate whether contractor has completed the annual representation and certifications electronically at www.sam.gov (copy of current SAM status)
In accordance with Public Law 116-183 a Small Business claiming Veterans First Status, Service Disable Veteran Owned Small Business (SDVOSB), or Veteran Owned Small Business (VOSB), must certify in writing that their firm are performing 50 percent of the work. Therefore, Interested Offerors who claim SDVOSB or VOSB status shall provide (1) document stating their compliance with PL 116-183. Failure to provide such document will result in the Interested Offeror being considered Non-Responsive. Should award be made to an SDVOSB or a VOSB who is suspected of violating PL 116-183 this Agency will refer suspected violators to its department s inspector general for investigation and possible fines, suspensions, or debarments.

Technical Proposal (Volume B)
The following shall be included as part of the Offeror s technical submission, Volume B:
The contractor s capability statement, shall not to exceed 15 pages, demonstrating how it will meet the technical requirements of this solicitation.
Management plan shall include the managerial and technical qualifications of key personnel to include Resumes.
Work Plan/Staffing plan that shall address the man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information

Past Performance (Volume C)
The following shall be included as part of the Offeror s Past Performance submission, Volume
C: Past Performance Questionnaire (Attachment D) from at least three (3) references in the
last five (5) years. Past Performance information provided must be similar or somewhat
similar to the required service(s).

Pricing (Volume D)
The following information shall be included in Volume D
Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment A)

EVALUATION PROCESS: 52.212-2 Evaluation Commercial Items (Oct 2014)
a) The Government will award a 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.

This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127.

TIERED EVALUATIONS INCLUDING LARGE BUSINESS CONCERNS: All proposals under this solicitation will be subject to a tiered evaluation that include the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns, with HUBZone small business concerns and 8(a) participants having priority; and (4) full and open competition (unrestricted), which includes large businesses (other than small business concerns). If award cannot be made in any of these tiers, the solicitation will be cancelled and the requirement resolicited.
To be eligible for award, ALL concerns in the tiers listed above must submit a proposal by the date and time specified in this solicitation. Any award resulting from this solicitation will be made using the following process and tiered order of precedence:

a. Offers submitted by eligible SDVOSB concerns will be evaluated in accordance with the solicitation and the CO will determine if an award can be made within the SDVOSB tier. If an award can be made within this tier, offers from the lower tiers identified below will not be considered for award. If no offers are submitted by eligible SDVOSB concerns, or if none of the offers will result in award at a fair and reasonable price, the evaluation will proceed to the next tier for VOSB concerns. SDVOSB offerors will not be considered a second time for award in the tier for VOSB concerns.

b. Offers submitted by eligible VOSB concerns will be evaluated in accordance with the solicitation and the CO will determine if an award can be made within the VOSB tier. If an award can be made within this tier, offers from the tiers listed below or above will not be considered for award. If no offers are submitted by eligible VOSB concerns, or if none of the offers will result in award at a fair and reasonable price, the evaluation will proceed to the next tier for small business concerns. VOSB offerors will not be considered a second time for award in the tier for small business concerns.

c. Offers submitted by eligible small business concerns will be evaluated in accordance with the solicitation and the CO will determine if an award can be made within the small business tier. Within this tier, HUBZone small business concerns and 8(a) participants will have priority over all other small business concerns. Among the HUBZone small business concerns and 8(a) participants, there is no order of precedence. If an award can be made within this tier, offers from large businesses (other than small) listed below will not be considered for award. If no offers are submitted by small business concerns, or if none of the offers will result in award at a fair and reasonable price, the evaluation will proceed to the next tier for full and open competition (unrestricted). Small business concerns will not be considered a second time for award in the unrestricted tier.

d. Offers submitted by all eligible business concerns that were not evaluated in a higher tier, including large businesses (other than small), will be evaluated in accordance with the solicitation and the CO will determine if an award can be made within the full and open (unrestricted) tier. If no offers are submitted or if none of the offers will result in award at a fair and reasonable price, the solicitation will be cancelled and the requirement resolicited.

e. If only one proposal is received and evaluated in a tier, award can be made to the sole offeror if the proposal meets or exceeds the requirements of the solicitation, the proposed price is determined fair and reasonable, and the offeror is otherwise eligible for award.

f. When evaluating proposals in any tier to determine price reasonableness, the VA contracting officer reserves the right to consider competitive proposals submitted from all offerors (including large businesses).

NOTE: After evaluations are complete, if the CO determines award will be made to a non SDVOSB concern, the CO will issue a solicitation amendment before award notifying all offerors of the tier within which an award will be made (identifying a new set-aside if applicable).
The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) Contract resulting from this Solicitation to the responsible Offeror whose Offer/Quote provides the best benefit to the Government, price and other factors considered. Quotations/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.

Quotations/Offerors will be evaluated by performing a direct comparison of one Quotation/Offer with another in a uniform manner to determine which Quotation/Offer provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that Quotes or 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 Quoter/Offer that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the Quotation/Offer having the highest past performance rating possible represents the best benefit to the government.

The following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers.
1. Technical Approach
2. Past Performance
3. Price

Technical Approach and Understanding of the Work:
Offer shall be evaluated in accordance with the criteria contained in the Statement of Work and on how well the technical approach meets the Government requirements. Technical approach will be evaluated for the following:
Sub-Factor 1: Demonstrate experience in performing this requirement.
Sub-Factor 2: Demonstrate Key Personal have the managerial and technical qualifications in performing this requirement.
Sub-Factor 3: Demonstrate Work Plan/Staffing Plan is suitable in performing this service. Plan must include man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information.
Past Performance:
Past performance shall be evaluated based on the Offer s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods.
The Contracting Officer s knowledge of previous experience with the supply or service being acquired.
Customer past performance questionnaire replies
The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or
Any other reasonable basis.
Price: Proposed price will be evaluated for Reasonableness

The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced when despite an acceptable proposal, the price of one or more items is significantly over or understated. Evaluation of options shall not obligate the Government to exercise the option(s).

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

.
End of Document
SUPPLIES OR SERVICES AND PRICES / COSTS
Price Schedule: Contractor shall furnish all labor, supervision, equipment, materials and supplies necessary to provide graveliners at the Massachusetts National Cemetery, Connery Avenue, Bourne, Massachusetts 02532. Services will be provided in accordance with all terms, conditions, specifications, requirements and schedules of the contract, including National Cemetery Administration Standard Operating Procedures and Operational Standards & Measures.
Contract period will be from 1 August 2023- 31 July 2024 with four, one-year options
Solicitation Provisions and Contract Clauses
52.212-4 Contract Terms and Conditions- Commercial Items (Dec 2022)
Addendum to FAR 52.212-4
52.252-2 Clauses Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and
https://www.va.gov/oal/library/vaar/index.asp (VAAR)

FAR Clauses
52.203-16 Preventing Personal Conflicts of Interest (JUN 2020)
52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of
Whistleblower Rights (JUN 2020)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
52.216-18 Ordering (AUG 2020)
Note: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from TBD through TBD.

52.216-19 Order Limitations (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 quantity, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of the stated quantity per CLIN (2) Any order for a combination of items in excess of the sated quantity per CLIN; or (3) A series of orders from the same ordering office within 60 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.

52.216-22 Indefinite Quantity (OCT 1995)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) This clause applies only if this contract is awarded to an unrestricted concern.
52.219-6 Notice of Total Small Business Set-Aside (Nov 2020) This clause applies only if this contract is awarded to a Small Business concern.
52.233-2 Service of Protest (Sept 2006)
52.222-6 Construction Wage Rate Requirements (AUG 2018)
52.222-7 Withholding of Funds (MAY 2014)
52.222-8 Payrolls and Basic Records (JUL 2021)
52.222-9 Apprentices and Trainees (JUL 2005)
52.222-10 Compliance with Copeland Act Requirements (FEB 1988)
52.222-11 Subcontracts (Labor Standards) (MAY 2014)
52.222-12 Contract Termination-Debarment (MAY 2014)
52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations (MAY 2014)
52.222-14 Disputes Concerning Labor Standards (FEB 1988)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
52.232-18 Availability of Funds (APR 1984)
52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020)
52.237-3 Continuity of Services (JAN 1991)

VAAR Clauses
852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
852.201-70 Contracting Officers Representative (DEC 2022)
852.203-70 Commercial Advertising (MAY 2018)
852.208-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or BPAs (JAN 2023) (DEVIATION)
852.208-71 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023) (DEVIATION)
852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019)
This clause applies only if this contract is awarded to a non SDVOSB or VOSB concern
852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023)
This clause applies only if this contract is awarded to an SDVOSB concern.
852.219-74 VA Notice of Total Set-Aside for Verified Veteran-Owned Small Businesses (JAN 2023)
This clause applies only if this contract is awarded to a VOSB concern.
852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023)
852.237-75 KEY PERSONNEL (OCT 2019)
852.242-71 Administrative Contracting Officer (OCT 2020)

(End of Addendum to 52.212-4)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JUNE 2023)
52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Nov 2021)
(Addendum to FAR 52.212-1)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
http://www.acquisition.gov/far/index.html (FAR) and
http://www.va.gov/oal/library/vaar/index.asp (VAAR)
52.204-7 System for Award Management (OCT 2018)
52.209-7 Information Regarding Responsibility Matters (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)
52.216-27 Single or Multiple Awards (OCT 1995)
52.233-2 Service of Protest (SEPT 2006

VAAR Provisions
852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018)
852.233-71 Alternate Protest Procedure (OCT 2018)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)

(End of Addendum to 52.212-1)

52.212-2 Evaluation-Commercial Items (NOV 2021)
52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2022)
End of Document
See Attached Attachment A Attachment A Price Schedule Graveliners
See Attached Attachment B Attachment B Statement of Work Mass Concrete Graveliners
See Attached Attachment C Attachment C Wage Determination SCA 2015-4045
See Attached Attachment D -- Attachment D -- Past Performance Questionnaire Graveliners
Attachments/Links
Contact Information
Contracting Office Address
  • CENTRALIZED CONTRACTING DIVISION 5105 RUSSELL ROAD
  • QUANTICO , VA 22134
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 14, 2023 11:28 am EDTCombined Synopsis/Solicitation (Original)

Related Document

Jul 21, 2023[Combined Synopsis/Solicitation (Updated)] 9930--TIERED EVALUATIONS Graveliners Massachusetts Cemetery
Jul 31, 2023[Combined Synopsis/Solicitation (Updated)] 9930--TIERED EVALUATIONS Graveliners Massachusetts Cemetery

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >