Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
MODIFICATION

Z -- FY25 San Joaquin Valley Natl Cemetery Shrine Project

Notice Date
7/23/2025 10:09:50 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78625B0033
 
Response Due
8/25/2025 12:30:00 PM
 
Archive Date
09/09/2025
 
Point of Contact
Auvorie Benson
 
E-Mail Address
auvorie.benson@va.gov
(auvorie.benson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
The Department of Veterans Affairs, National Cemetery Administration (NCA), anticipates awarding a Firm, Fixed Priced contract, in accordance with FAR Part 14, Sealed Bidding. Information on submitting bids can be found in the ""Bid Instructions."" The Contractor shall provide all labor, supervision, material, and equipment necessary for the raising and realignment of flat headstone markers, and turf renovation at the San Juaquin National Cemetery, Santa Nella, CA, IAW the Statement of Work (SOW), Specifications, Drawings, and related attachments. This Invitation for Bids (IFB) procurement opportunity is 100% Set-Aside for Service-Disabled Veteran-Owned Small-Business, (SDVOSB) firms; Authority 38 U.S.C. 8127 (Public Law 109-461). BIDDERS MUST BE CVE VERIFIED PRIOR TO SUBMITTING A BID IN ACCORDANCE WITH VAAR 819-7003(B) AND FAR PROVISION 52.204-7(a) Bidder must represent that it is a SDVOSB concern under NAICS code assigned to this acquisition and is CVE-verified for eligibility in the SBA Small Business Search. IAW VAAR 819.7003 (b), SDVOSB firms must be verified in the SBA Small Business Search https://search.certifications.sba.gov/ or hold a re-verification symbol next to the firm's name prior to contract award. Prospective Offerors must also be registered in Vets 4212 at https://www.dol.gov; System for Award Management (SAM) at https://www.sam.gov/SAM and SBA site at the time of Bid submission AND at time of award. The Product / Service Code (PSC) for this procurement: The North American Industry Classification System (NAICS): 237990 - Other Heavy and Civil Engineering Construction, The Size Standard for this procurement is $45M. The project magnitude of construction range for this procurement is estimated to be between $2,000,000 and $5,000,000 IAW VAAR 836.204 - Disclosure of the magnitude of construction projects. There is an organized pre-bid site visit scheduled for 7/30/2025 at 9:30 AM PST. Please meet at the Admin Office. Interested Bidders are strongly encouraged to attend the Pre-Bid Site Visit Conference. All Requests for Information (RFI) must be sent in writing to the Contracting Officer, via email, NLT 8/8/2025 at 3:00 PM EST. Bid Bond must be provided at the time of bid opening, NO EXCEPTIONS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c37e252d4984785b6c4e7f26f0e224f/view)
 
Place of Performance
Address: CA 95322, USA
Zip Code: 95322
Country: USA
 
Record
SN07520213-F 20250725/250723230043 (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.