Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2012 FBO #4024
DOCUMENT

S -- Turf renovation - Attachment

Notice Date
11/28/2012
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309; Stafford 22556
 
ZIP Code
22556
 
Solicitation Number
VA78613R0033
 
Response Due
12/14/2013
 
Archive Date
2/12/2014
 
Point of Contact
Katherine E Iacovelli
 
E-Mail Address
8-7231<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration is soliciting offers under Solicitation No. VA-786-13-R-0033 for the following service: This is a performance-based contract for cemetery Turf Renovation services at the Dallas/Fort Worth National Cemetery, 2000 Mountain Creek Parkway, Dallas, Texas 75211. 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 placement and aesthetic appearance of turfgrass. The Contractor shall furnish all personnel, supervision, professional expertise, vehicles, tools, materials, services, equipment and quality control necessary to provide Turf Renovation services at the Dallas/Fort Worth National Cemetery in a manner that will meet or exceed the requirements to present a clean, neat, professional, and aesthetic turfgrass appearance throughout the Cemetery in accordance with Contract Specifications and the Performance Work Requirement Summary (PWRS). Services include, but are not limited to work consisting of killing and removing existing turfgrass, rototilling the existing topsoil, adding or removing topsoil to establish a new finish grade, installing new turgrass sod, and establishing new turfgrass sod, preservation of existing cemetery features (lawns, paving, roads, stones, and markers), restoration of cemetery features disturbed or removed as a result of performing new work, as well as, repairing, replacing, or reinstalling any damaged cemetery property, such that at the end of the day the condition is as good as before commencement of work. Work shall be performed in strict accordance with all terms, conditions, specifications, schedules and drawings. Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation, any pertinent OSHA Occupational and Safety regulations, and any State and/or local regulations, laws and codes. This acquisition is 100% set aside for Service Disabled Veteran Owned Small Business, SDVOSB. The NAICS Code is 5617301. Size standard is $7Million. Electronic solicitations will be available for download from http://www.fbo.gov on or about November 29, 2012. Responses to the solicitation are due at noon EST. on December 14, 2012. Any amendments to the solicitation will also be available at www.fbo.gov. Offerors are advised they are responsible for obtaining any amendments. Proposals will be evaluated on the following 3 factors: Past Performance, Technical Ability, and Price. Technical Ability: 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 proposal should not simply restate the Government's requirements, but it should describe, in detail, how the Offeror intends to meet the requirements. Past Performance: Past performance will be evaluated for quality, timeliness (ie recent), and relevance (ie experience in providing services similar in size, scope, and complexity as described in the SOW). If no past performance information is readily available, the Offeror's past performance will be evaluated as Neutral. Price: The Government will not consider offers that are unreasonably high or unrealistically low. Price may be compared against the Government Cost Estimate or against the average mean of the offers received to arrive at a competitive range in determining too low or too high offers. The Government will make use of research to aid in establishing a more complete picture of responsibility and ability. Some of the research will be done through the following databases; this list is not all inclusive: D&B, PPIRS, SAM, VetBiz and SBA. Rating scheme: The responsive proposals will be evaluated in two rounds. The 1st evaluation round will be based on Price. The lowest bidder will not necessarily receive the award. Just providing a price with no substantial information on pricing and/or performance will result in an inferior proposal and it may be considered nonresponsive. The Government will not consider offers that are unreasonably high or unrealistically low. Pricing may be compared against the Government Cost Estimate or against the average men of the offers received to arrive at a competitive range in determining too low or too high offers. After the first evaluation round and the creation of the competitive range, there will be a second round of evaluation. In the second round the evaluation factors of Technical Qualifications and Past Performance, will be evaluated. Overall, Factors 1 & 2 are equal to one another. In the event of a tie, Price will be the deciding factor. Information shall be submitted in the manner requested in Section E.2 and Section E.3 FURTHER INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined non-responsive and removed from further consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78613R0033/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-13-R-0033 VA786-13-R-0033_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=536946&FileName=VA786-13-R-0033-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=536946&FileName=VA786-13-R-0033-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ft Logan National Cemetery;4400 W Kenyon Dr;Denver, CO
Zip Code: 80235
 
Record
SN02938233-W 20121130/121128234149-582074806c9204a9cbfcb9bb7635e8df (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.