Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
DOCUMENT

S -- The contractor shall provide Turf Renovation and Headstone Cleaning services at the Fort Gibson National Cemetery, OK. The overall duration of the project is 90 days. - Attachment

Notice Date
1/31/2018
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NCA Continental District Office;155 Van Gordon Street;Suite 510;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
36C78618R0155
 
Response Due
2/15/2018
 
Archive Date
4/1/2018
 
Point of Contact
Ann R. Manning
 
E-Mail Address
914-5710<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 This is a Sources Sought (pre-solicitation) for the purposes of determining if there are qualified SDVOSB concerns that have the experience and interest in executing the short-term Grounds Maintenance services at Fort Gibson, OK. The Contractor shall furnish labor, supervision, quality control, transportation, parts, materials, equipment, supplies, necessary or incidental to remove and renovate turf in designated burial sections with additional earthwork in certain sections to include cleaning of designated headstones. The overall duration of this project will be 90 days. This announcement is for Market Research/Pre-Solicitation Notice purposes only as the issuance of a formal Request for Proposal will be subsequently issued within several months. Proposals will not be accepted at this time. Any issued Request for Proposal may actually be issued under another proposal number due to procurement system limitations. A formal Capability Statement or firm s Resume shall identify comparable experience. A general synopsis of NAICS codes and generic information is inadequate for purposes of assessing qualifications. Identification of a project by Title Only is insufficient and does not provide the Government with assurances that the titled work effort is comparable. Execution dates of any identified projects is also required. The Government generally requires the following qualifications, which may CHANGE upon issuance of any solicitation: 1 -   A minimum of 3 years recent experience as the primary firm or with a teaming partner with similar land scaping services. Headstone cleaning experience is also preferred. The required 3 years experience shall include a minimum of three completed projects. The exception to a completed contract or project would be a long-term, indefinite-delivery, indefinite quantity contract for a base and options periods. In such a scenario, the primary offeror or teaming partner shall have completed at least one task order for a comparable service requirement based on scope and relative duration. 2 -   Documented availability of current staff that could provide services at this remote Fort Gibson location.   This will be based on the identification of actual staff by name, labor category, employer, and current location of the individual. 3 -    Identification, make, model, and function, of equipment available to execute requirements.     An identification of relative line item requirements, from a service standpoint, is as follows: Base Year: Date of award through 90 Days CLIN No. Description: Grounds Maintenance Services Quantity Unit 0001 Level topsoil surface, renovate and re-establish turf grass stand in Sections 1, 2, 3, 4, 5 and 6. 164,438 SF 0002 Import require new clean topsoil, level topsoil surface, blend grades, renovate and re-establish turf grass stand in Sections 19 and C19. 71.727 SF 0003 Clean Upright Headstones 4,876 EA Please provide a DUNS number also so the Government can verify Vet-Biz and SAMS registration status. Phone calls or e-mail requests for additional information will not be accepted at this time. SPECIAL NOTE: SMALL OR LARGE BUSINESS CONCERNS are strongly encouraged to submit the above information should the Government fail to receive documentation from qualified SDVOSB, since the Government would issue the requirement as a 100% SB set-aside as a secondary alternative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618R0155/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618R0155 36C78618R0155.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4054409&FileName=36C78618R0155-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4054409&FileName=36C78618R0155-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04805757-W 20180202/180131231444-43cde2bc5305743e916e2343cf60ddb7 (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.