Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2024 SAM #8348
SOURCES SOUGHT

Y -- Supplies and building of 3 raised flower beds for Veteran approved for Independent Living

Notice Date
10/3/2024 6:12:49 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
VETERANS BENEFITS ADMIN (36C10D) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10D25Q0007
 
Response Due
10/14/2024 12:00:00 PM
 
Archive Date
11/13/2024
 
Point of Contact
Julie Lemire, Contract Specialist, Phone: 781-226-8882
 
E-Mail Address
Julie.Lemire@va.gov
(Julie.Lemire@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective quoters list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS Code 561730, (Landscaping Services) with a size standard of $9.5M. The Veterans Benefits Administration (VBA) Muskogee Regional Office (RO), in Muskogee, OK, is seeking to identify any vendor capable of providing these Items and Install per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the items described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officers review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to supply items are invited to submit a response to this Sources Sought Notice by 3PM EST, on October 14th, 2024. All responses under this Sources Sought Notice must be emailed to Julie.Lemire@va.gov with RFQ # 36C10D25Q0007 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): ________________________________________________________________________________________________________________________________________________________________________ SOCIO-ECONOMIC STATUS: (circle your status with a Y for Yes, and N for No) VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov . BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the (service) as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the (SOW). Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Attachment 2 STATEMENT OF WORK (SOW) Background A Veteran has a need for 3 raised custom planter boxes to allow avocational activities of gardening outdoors. Scope of Work Contractor to provide 3 raised Custom Build planter boxes. Salient Characteristics Build 3 ft high, 4ft wide planter boxes out of railroad tie posts. Interior lining of each flower bed will be lined and sprayed with water resistant/ rot resistant treatment to prevent the cedar from rotting. Beds will be custom built and installed in customers desired location. Each bed will be built in prepped desired areas identified by customer. The area will be prepped, grass will be removed, ground will be leveled and tampered, landscaping will be dual layered stretched and stapled to the ground. Railroad ties will be prepped & sealed as necessary in order to reduce rot and improve longevity. Each flower bed will have a Irrigation/mist/drip system will be installed to water vegetation ext. timer will be installed and set to customer requests. Boxes will be installed along perimeter of fence line. Delivery Name & Address to be given at time of award. Lawton, OK 73505 Scope The contractor will have all the products delivered to the home of veteran David Kear. Contractor delivery of equipment shall take place between the hours of 0800 -1700, Monday through Friday. Contractor shall not be required, nor is authorized to perform any work on the following U.S. Government Federal holidays: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES The Contractor shall furnish all supplies, equipment, facilities, and services required to perform the service under this contract. The Contractor shall perform all work in accordance with this Statement of Work. NON-PERSONAL SERVICE STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and perform the inspection and acceptance of the completed work. Contract Officer Representative (COR). The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. The COR is not authorized to change any of the terms and conditions of the resulting order. END OF STATEMENT OF WORK PUBLISHING RESULTS: None of the information or data gathered relating to these supplies specified in this contract, or materials based thereon or relating thereto, shall be publicized without the prior approval of an authorized official of the Regional Office.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c0cc1f15fe2472c8428d06dd5130eb2/view)
 
Place of Performance
Address: Department of Veterans Affairs Veterans Benefits Administration Acquisition Division 1800 G Street NW, Washington, DC 20006, USA
Zip Code: 20006
Country: USA
 
Record
SN07233336-F 20241005/241003232524 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.