561730

$7.0M

This is a SDVOSB set aside. Service Disabled Veteran Owned

Small Business Set-Aside Authority, 38 USC 8127(d)
The Contractor shall furnish all supervision, labor, tools, materials,
supply and equipment, to provide ground mowing and trimming

services at Port Hudson National Cemetery, Newtown, PA. (See price schedule on page 6)

Proposals shall be mailed to the address in Block #16 above,

ATTN: Rob Joshua. Only mailed in bidders will be accepted.

Faxs or E-mails will not be accepted.
DUNS #: ______
Tax ID#: ______
POC Email ______

Table of Contents

SECTION A...... 1

A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS...... 1

SECTION B - CONTINUATION OF SF 1449 BLOCKS...... 4

B.1 CONTRACT ADMINISTRATION DATA...... 4

B.2 PRICE/COST SCHEDULE...... 4

B.3 DELIVERY SCHEDULE...... 5

SECTION C - CONTRACT CLAUSES...... 15

C.1 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010)...... 15

C.2 52.216-18 ORDERING (OCT 1995)...... 18

C.3 52.216-19 ORDER LIMITATIONS (OCT 1995)...... 20

C.4 52.216-21 REQUIREMENTS (OCT 1995)...... 20

C.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)...... 21

C.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)...... 21

C.7 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997)...... 21

C.8 SUPPLEMENTAL INSURANCE REQUIREMENTS...... 21

C.9 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)...... 22

C.10 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)...... 22

C.11 VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984)...... 22

C.12 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) 22

C.13 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)...... 24

C.14 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008)...... 24

C.15 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)...... 24

C.16 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) 24

SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS...... 29
Attachment A - Performance review Summary...... 29
Attachment B – Wage Rate...... 30
Attachment C –Site Plan Port Hudson National Cemetery...... 39
Attachment D –Business Management Questionnaire...... 40

SECTION E - SOLICITATION PROVISIONS...... 42

E.1 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008)...... 41

E.2 52.216-1 TYPE OF CONTRACT (APR 1984)...... 44

E.3 52.233-2 SERVICE OF PROTEST (SEP 2006)...... 45

E.4 804.1102 VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR (OCT 2010) (DEVIATION) 45

E.5 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008).....46

E.6 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998)...... 46

E.7 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)...... 45

E.8 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (OCT 2010) 47

VA-786-11-RP-0037

SECTION B - CONTINUATION OF SF 1449 BLOCKS

B.1 CONTRACT ADMINISTRATION DATA

(continuation from Standard Form 1449, block 18A.)

1. Contract Administration: All contract administration matters will be handled by the following individuals:

a. CONTRACTOR:

b. GOVERNMENT: Contracting Officer

Department of Veterans Affairs

National Cemetery Administration

1700Clairmont Road. 4th Floor

Decatur, GA 30033

2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:

[X]52.232-34, Payment by Electronic Funds Transfer -

Other than Central Contractor Registration, or

3. INVOICES: Invoices shall be submitted in arrears:

a. Monthly[Monthly in arrears after Government acceptance of services]

4. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address:

Department of Veterans Affairs

Financial Services Center

P.O. Box 149971

Austin TX 78714-9971

877-353-9791, Customer Service
or
Fax Invoices to: (512) 460-5540

ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:

AMENDMENT NO DATE

______

______

OFFERORS MUST COMPLETE AND RETURN ALL INFORMATION DESIGNATED IN 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, PARAGRAPH b, PRIOR TO THE TIME SPECIFIED IN BLOCK 8 OF SF 1449 IN ORDER TO BE CONSIDERED FOR AWARD.

B.2 NOTICE TO PROSPECTIVE BIDDERSa. Prospective bidders must be registered with the Central Contractor Registration (CCR) at and, the Online representations and Certifications Application (ORCA) at prior to award and through final payment. Also SDVOSB must be registered with Vetbiz at to receive consideration as SDVOSB. Failure to register will result in removal from consideration. Offerors should submit 1 copy of their proposal package. The proposal as a minimum should contain the following:SF-1449 with blocks 17a, 19, and 30(a,b,c) completedPrice proposal for all items Business Management Questionnaires with working POC contact informationCompete FAR 52.212-3 and proof of registration with applicable sites listed above.

Submit packages to the issuing Contracting Officer indicated in block 16 of SF1449 form. Only mailed or currier packages will be accepted. No fax or email.
Please Note – if any of the above information is not provided by the due date, the proposal will be deemed Non-responsive.
b. Missing Pages: Offeror shall examine this solicitation to verify that all pages have been received. If offeror feels that pages are missing, the offeror shall contact the CO at the telephone number shown in block 7b SF1449.
c. Site Visit: Offerors shall inspect all sites where services are to be performed and to understand all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect constitute grounds for a claim after contract award. To make arrangements for site visits contact cemetery at the number in block 17a, SF1449. You may contact one of the following personnel to make arrangements:

Rex kern – Director, Port Hudson National Cemetery...... (225) 654-3767

Facsimile #...... (225) 654-3728

d. Contractor’s Foreman/Supervisor: Contractor shall provide an English speaking Foreman/Supervisor at all times while performing the duties of this contract. This is to ensure proper communication between parties.
e. Federal Holidays
JanuaryNew Year’s Day, Martin Luther King’s Birthday

FebruaryPresident’s Day

MayMemorial Day

JulyIndependence Day

SeptemberLabor Day

OctoberColumbus Day

NovemberVeteran’s Day, Thanksgiving Day

December Christmas DayWhen a holiday falls on a Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. Also included are any days specifically declared by the President of the United States of America as a Federal Holiday.

B.3 SCHEDULE OF PRICES and DESCRIPTION/SPECIFICAZTIONS I.1 SCHEDULE OF PRICES

PRICE SCHEDULE: Provide all necessary supervision, labor, materials, supplies, tools and equipment to perform select cemetery operations at Port Hudson National Cemetery, Zachary, LA, for base period and four(4) subsequent Option Year periods. Option Year Periods will only be authorized based on availability of funding in upcoming fiscal years, and solely at the discretion of the Government. Contractor performance in prior performance periods will be one of several elements the Government will utilize in deciding whether to authorize subsequent option periods.

The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Item (CLIN). Contractor shall be prepared to adjust quantities up or down as dictated by circumstances on the ground.The Contractor’s proposal shall include a price for each Contract Line Item Number (CLIN) noting a unit price, a total price for the estimated quantity of each and a total price for all estimated services in each contract year. The Contractor is to give prices for the Base Period and for each Option Period. Unit prices given under this request for proposal shall be all inclusive including (unit prices for materials, unit prices for labor, any labor fringes, any associated travel costs, profit, overhead, etc.).

Base Period: From Date of Award thru September 30, 2011
CLIN / Description / Est. Qty / Unit / Unit Cost / Total Cost
Grounds & Building Maintenance Services
001 / Contractor to mow within NCA standards
and specifications, approximately 20 acres. / 25 / Wk / $ ______/ $ ______
002 / Contractor to trim around headstones, flat markers, and other areas as needed / 25 / Wk / $ ______/ $ ______
003 / Contractor to conduct curb and sidewalk
edging throughout the cemetery / 12 / Wk / $ ______/ $ ______
BASE YEAR / Total Estimated Cost: / $ ______
Option year I: From October1, 2011 thru September 30, 2012
CLIN / Description / Est. Qty / Unit / Unit Cost / Total Cost
Grounds & Building Maintenance Services
001 / Contractor to mow within NCA standards
and specifications, approximately 20 acres. / 46 / Wk / $ ______/ $ ______
002 / Contractor to trim around headstones, flat markers, and other areas as needed / 46 / Wk / $ ______/ $ ______
003 / Contractor to conduct curb and sidewalk
edging throughout the cemetery / 24 / Wk / $ ______/ $ ______
BASE YEAR / Total Estimated Cost: / $ ______
Option year II: From October 1, 2012 thru September 30, 2013
CLIN / Description / Est. Qty / Unit / Unit Cost / Total Cost
Grounds & Building Maintenance Services
001 / Contractor to mow within NCA standards
and specifications, approximately 20 acres. / 46 / Wk / $ ______/ $ ______
002 / Contractor to trim around headstones, flat markers, and other areas as needed / 46 / Wk / $ ______/ $ ______
003 / Contractor to conduct curb and sidewalk
edging throughout the cemetery / 24 / Wk / $ ______/ $ ______
BASE YEAR / Total Estimated Cost: / $ ______
Option year III: From October 1, 2013 thru September 30, 2014
CLIN / Description / Est. Qty / Unit / Unit Cost / Total Cost
Grounds & Building Maintenance Services
001 / Contractor to mow within NCA standards
and specifications, approximately 20 acres. / 46 / Wk / $ ______/ $ ______
002 / Contractor to trim around headstones, flat markers, and other areas as needed / 46 / Wk / $ ______/ $ ______
003 / Contractor to conduct curb and sidewalk
edging throughout the cemetery / 24 / Wk / $ ______/ $ ______
BASE YEAR / Total Estimated Cost: / $ ______
Option year IV: From October1, 2014thru September 30, 2015
CLIN / Description / Est. Qty / Unit / Unit Cost / Total Cost
Grounds & Building Maintenance Services
001 / Contractor to mow within NCA standards
and specifications, approximately 20 acres. / 46 / Wk / $ ______/ $ ______
002 / Contractor to trim around headstones, flat markers, and other areas as needed / 46 / Wk / $ ______/ $ ______
003 / Contractor to conduct curb and sidewalk
edging throughout the cemetery / 24 / Wk / $ ______/ $ ______
BASE YEAR / Total Estimated Cost: / $ ______

SUMMARY GRAND TOTAL ESTIMATED COST:

Base Year + All Option Years: / $ ______

*Note: In addition to providing price above, please provide the pricing methodology you used for your proposed prices for this job; i.e., estimates on labor, material, number of hours, estimated sq ft, price per unit, assumptions, etc,. This information will be used in the price evaluation part of the solicitation.
I.2 POST AWARD CONFERENCE: Prior to commencement of work, contract awardee is required to make an appointment for a conference with the Contracting Officer technical Representative (COTR) to assure that all parties understand all contractual obligations and the role that each party serves.

II.1 GENERAL INFORMATION

(a) This contract is for cemetery turf mowing, trimming, and edging at Port Hudson National Cemetery, Zachary, LA, hereafter referred to as “Cemetery.”

II.1.1 DESCRIPTION OF SUPPLIES/SERVICES:

All work shall be performed in accordance with all clauses, provisions, terms, conditions, instructions, schedules, requirements, clause addendums, provision addendums, and representations and certifications contained within this solicitation. The itemized services listed below are an estimated maximum amount. Monthly billing and payment will be on an “as-needed/as-used” basis only, and will include only the work activities that have been authorized by the COTR and have actually occurred during that month. There is no guarantee that all of these estimated quantities will be fully utilized during any period of the contract. Payment will only be made for work services that the Contractor has been specifically authorized to proceed with by the COTR or Cemetery Director prior to commencement of the work.

NATIONAL CEMETERY ADMINISTRATION (NCA) MISSION: TO HONORS VETERANS WITH A FINAL RESTING PLACE LASTING MEMORIALS THAT COMMEMORATE THEIR SERVICE TO OUR NATION.

(b) National cemeteries are a resting place for our nation's heroes and as such, the standards for management, maintenance and appearance of these cemeteries have been established by the National Cemetery Administration to reflect this nation's concern and respect for those interred there, The overall responsibility of the contractor is to plan, coordinate, organize, manage, and perform the activities described herein, which are required to maintain an acceptable appearance of the cemetery grounds

(c) Work called for under the contract includes Grounds Maintenance Services, all of which are defined in this statement.

II.2 CONTRACTOR SERVICES

The Contractor shall provide the vehicles, equipment, tools, materials, services, and quality control as needed to accomplish the specified work for this contract. Further, the Contractor shall provide the staff, supervision, technical support and personnel to accomplish the work under this contract. Contractor shall demonstrate a clear understanding of, and the sensitivity to, such environmental issues as ground water contamination, wetlands, etc., and shall be consistent and fully compliant with all applicable Federal, State, City laws, ordinances and regulations.

II.2.1 GENERAL REQUIREMENTS AND STATEMENT OF WORK

The Contractor shall furnish all labor, supervision, professional expertise, equipment, to sufficiently meet the requirements to maintain a healthy and aesthetic grounds appearance in accordance with Contract Specifications and the Performance Requirement Summary (PRS) specified herein (reference Attachment A) for work activities including001 Mowing, 003Trimming Uprights, 004 Trimming Flats, 005 Curb and Sidewalk Edging. All activities shall be performed in accordance with all applicable Federal, State, and City laws, ordinances and regulations including, but not limited to OSHA standards. Any damage to turf, landscaping, sprinkler heads, infrastructure, headstone markers, etc., by the Contractor shall be repaired or replaced at Contractor's expense, as directed by the COTR.

II.3 CONTRACTOR’S RESPONSIBILITIES AND INSURANCE REQUIREMENTS:

The Contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. He shall be responsible for any injury to himself, his employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his or his employees’ fault or negligence. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. The Contractor shall maintain personal liability, automobile liability, and property damage insurance, as prescribed by the laws of the state of Louisiana, and in accordance with FAR 52.282-5, Part III. Evidence of coverage is required before commencing work under this contract (copy of Certificate of Insurance), and it may not be changed or cancelled without thirty calendar days prior written notice to the Contracting Officer.

II.3.1 GROUNDS MAINTENANCE SERVICE PRIORITIES

All turfgrass mowing, turfgrass trimming, and edging work under this contract shall meet “Priority 1” conditions as herein described:

Priority 1 – Condition similar to a high quality residential lawn under contract professional lawn care maintenance.

II.3.1.1 Priority 1 Areas:

A. BURIAL AREAS: All burial sections of established turf with occupied gravesites including columbarium areas. All developed land, including turf, walks, beds, planter beds, drainage ditches, and tree/shrubs within and directly surrounding the burial areas.

B. SPECIALTY AREAS: High visibility areas, specifically: (1) Main Entrance, Cortege; (2) Public Information Assembly Areas; (3) Flag Pole Assembly Areas; (4) Public Gathering Areas; (5) Committal Shelters; (6) Administration/Maintenance Building Grounds; (7) Memorial Walkways, and (8) All Developed Land, including (but not all inclusive) turf, walks, beds, planter beds, drainage ditches, tree/shrub, roads, and plazas within and directly surrounding the specialty areas.

C. NON BURIAL AREAS: (1) Unoccupied burial sections including areas in front of and between these sections; and (2) All Developed Land to borders and wetlands, including drainage ditches, tree/shrub. (3) Also includes all areas outside cemetery fence lines to roadway along Hwy 3113 and Port Hickey Road.

II.3.2 MOWING PRIORITY 1 AREAS (001) The contractor shall begin mowing at start of contract when directed by the COTR and continue throughout entire growing season with the final mowing occurring as seasonal growth has ceased ending in the fall as directed by the COTR. Turf areas consist of St. Augustine grass. The contractor shall meet the proper maintenance requirements of all varieties of grasses. Subsequent mowing of the turf grass areas will occur at a mowing height of 3- 3 1/2 inches. At no time shall more than one and a half inches (1.5) of new growth be removed at any single mowing. If any mowing results in clumps of grass clippings lying on the turf grass, the Contractor shall immediately remove or disperse those clippings so that the clumps are no longer visible. Any clippings deposited on roadways or other non-turf grass areas shall be removed the same day as the mowing event that produced them. Any clippings deposited on headstones, flat markers, monuments, sidewalks, or at public visitor areas such as the Administration Building, or Committal Shelter areas shall be removed at same time mowing work is occurring. Contractor shall be familiar with and utilize different mowing patterns. Changing direction and patterns reduces turf wear providing a cleaner cut. Contractor shall clean all mowing and trimming equipment before unloading at the cemetery. This will minimize the possibilities of weed contaminates to cemetery turf from outside mowing areas. The contractor shall take the utmost care not to damage headstones, markers, floral or commemorative items, structures, survey monuments, irrigation equipment, etc while performing mowing services. The Contractor shall remove and replace all floral or commemorative items, etc. to their proper place while performing mowing services. The Contractor shall repair or replace all damaged items caused by the contractor at no additional cost to the cemetery as directed by the COTR. Newly sodden areas shall be present at all newly buried gravesites, second interment gravesites, and repaired gravesite locations-these newly sodden areas shall be hand mowed until it is fully established to the point where it won’t be damaged by riding mowers. All mowing around trees shall be accomplished in a manner that prevents “ringing pattern” around the tree and associated damage to turf. In all areas, vary mower wheel width patterns and mowing patterns after each mowing to prevent and avoid wheel rutting from occurring.

II.3.3 TRIMMING (003) The Contractor shall trim all standard turf grass areas that cannot be maintained by traditional mowing equipment. Trimming will be accomplished with hand held devices that will cut the grass at the same 3 to 3 1/2 inch height as the mowed areas. The required operation frequency will be determined by the COTR and the Contractor will be compensated on a per operation cost basis. Trimming will occur around all individual upright headstones and flat granite markers, as well as at all other locations of grass area edges that cannot be maintained at 3 inch height through use of mowing equipment. Utilize string-line trimmers around all upright headstones. Utilize blade type trimmers to cleanly trim edges around flat granite ground markers. Care should be taken to avoid contact with headstones, markers, monuments, building walls, trees, shrubs, flowers, any other desirable plant materials, etc. or any other structure than can be damaged by contact with the trimming device’s cutting instrument. All clippings resulting from the trimming operation will be kept on mowed turf grass areas only. All clippings deposited on headstones, flat markers, monuments, sidewalks, or at public visitor areas such as the Administration Building or Committal Shelter areas will be removed at same time trimming work are occurring.