Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOURCES SOUGHT

S -- Maintenance and Operation of West Point Cemetery, West Point, NY

Notice Date
5/10/2012
 
Notice Type
Sources Sought
 
NAICS
812220 — Cemeteries and Crematories
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-12-CEMETERY
 
Response Due
5/29/2012
 
Archive Date
7/28/2012
 
Point of Contact
Mark Draluck, 8459388173
 
E-Mail Address
MICC - West Point
(mark.draluck@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from all businesses capable of performing the required services. THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary. This notice will close 29 May 2012 at 1000 AM EST. The Mission and Installation Contracting Command at the United States Military Academy, West Point, NY, has an anticipated requirement to maintain and operate the West Point Cemetery at the United States Military Academy, West Point, NY in accordance with DA 290-5 and AR 210-190. Services required may include: opening and operating the cemetery; raising, realigning, cleaning, replacing, repairing, and destroying public headstones and monuments; grounds maintenance (turf care, mowing, trimming, landscaping, snow and ice removal, waste removal, cleaning and resupplying of expendables for grounds and buildings, etc.); interment/inurnment (interview next of kin, grave reservations, interment/inurnment arrangement, and coordinate funeral escorts); grave/niche preparation (prepare the grave/niche, committal site preparation, coordinate parking, and conduct service completion and burial tasks); order, store, maintain, and replace headstones and markers; prepare, provide, and place temporary markers; conduct disinterments, relocations, and reinterments; and prepare for special ceremonies including Memorial Day and Veterans Day. The West Point Cemetery consists of 14 acres of land and includes over 6,000 monuments and headstones across 12 acres of developed land; buildings 689 (Old Cadet Chapel) and Bldg 329 ("Old Caretakers House" which is now Offices, Visitor Center/Bereavement Room and Storage Area); Columbarium; approximately.8 acres of grounds outside of the brick wall in the back of the West Point Cemetery; and approximately 1 acre adjacent to Building 689 (including the driveway and roundabout). The anticipated period of performance for this requirement is one (1) base year with four (4) one (1) year option years. Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 812220 with a Small Business Size Standard of $19 million. Interested respondents should submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following: 1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and email address. 2. Company profile to include office location(s), DUNS number/CAGE Code, NAICS, and a statement regarding current small business status to include small business type(s)/certification(s) such as: 8a, HubZone, SDVOSB, etc. 3. Prior/current experience (private and/or government) for performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, period of performance, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience. Were there any problems or other issues associated with this experience, if so how were they handled? 4. Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort. 5. State the lead time (days) necessary for your firm to begin full performance after award. 6. In your opinion, what are the risks (technical, cost, schedule, or performance) associated with this effort? How should these risks be mitigated? 7. Any suggestions or comments about the NAICS code selection, contract type, or effort in general. All submissions shall be submitted to Mark Draluck, mark.draluck@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d7d5c59b316eec6f457bcdf1f05e700)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN02744980-W 20120512/120510235737-6d7d5c59b316eec6f457bcdf1f05e700 (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.