Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2013 FBO #4248
SOLICITATION NOTICE

S -- Pre-Herbicide, Post-Herbicide, Fertilizer, and Ant Control Services at Fort Sam Houston National Cemetery

Notice Date
7/10/2013
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;155 Van Gordon Street;Lakewood, CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA78613R0297
 
Response Due
8/30/2013
 
Archive Date
9/29/2013
 
Point of Contact
Derek Reed
 
E-Mail Address
4-5710<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a commercial pre-solicitation announcement for Request for Proposal (RFP) VA786-13-R-2097 for Pre-Herbicide, Post-Herbicide, Fertilizer and Fire Ant Control. The Department of Veterans Affairs, National Cemetery Administration (NCA) located at 155 Van Gordon Street, Lakewood Colorado is soliciting offers from experienced and qualified Service Disabled Veteran Owned Small Business Concerns capable of providing all labor, tools, parts, equipment, transportation, supervision, and incidentals necessary to perform Pre-Herbicide, Post-Herbicide, Fertilizer, and Fire Ant Control services at the Fort Sam Houston National Cemetery located at 1520 Harry Wurzbach Road, San Antonio, TX 78209. Although services will be performed at Fort Sam Houston, proposals and all correspondence thereof shall be sent to The Department of Veterans Affairs, NCA; Attention: Derek. C. Reed, 155 Van Gordon Street, Lakewood, Colorado 80228. This pre-solicitation announcement and subsequent solicitation is subject to the availability of funds for next fiscal year. Currently, funds are unavailable for this requirement; however, the Government does anticipate funds becoming available on October 1, 2013. The statement of work consists of having a single contractor provide the following services as required by the statement of work for estimated acreage: Fertilizer Applications estimated total acreage is 185, applied three (3) times annually. Pre-Emergent Herbicide Applications, estimated total acreage is 185, applied twice (2) annually. Post Emergent Herbicide Applications, estimated total acreage is 185, applied three (3) times annually, and Fire Ant Control Applications, estimated total acreage is 185, applied twice (2) annually. The performance period is for one base year consisting of twelve (12) months, and four individual option periods consisting of twelve (12) months each. All work shall be done in strict accordance with the contract statement of work. This is a best value type RFP and the Government reserves the right to make contract award to other than the lowest priced offeror. This RFP is being issued in accordance with FAR Part 15 whereby past performance is significantly more important than cost or price. Selection criterion as follows: (1) Past performance with sub-factors. (a) The contractor shall provide past performance references and information for at least three projects deemed similar in size, scope, and complexity as past performance will be assessed as a measure of the Government's confidence that the contractor will successfully perform the required effort based on previous and on-going contracts and experience. (b) Client satisfaction (provide clients with contract information for verification). (2) Cost and/or price realism relative to the scope and technical natures of the efforts involved. This requirement is set-aside 100% for Service Disabled Veteran Owned Small Business Concerns and only qualified and eligible SDVOSB concerns will be considered for possible contract award. NAICS Code is 561730 is applicable to this acquisition with a Business Size Standard of $7.0M. Solicitation documents will be available on or about August 1, 2013 at www.fbo.gov. NO HARD COPIES OF THE SOLICITATION WILL BE ISSUED. Information regarding an organized site visit and pre-proposal conference will be provided in the solicitation documents. Offers are highly encouraged to attend the one and only organized site visit once scheduled. NO OTHER SITE VISITS WILL BE HELD. Upon review of the solicitation documents prospective offerors are encouraged to provide questions and comments in writing to the Contracting Officer. The deadline for receipt of questions will also be listed with the solicitation documents. Please ensure that solicitation number VA756-13-R-0297is referenced on all correspondence sent in response to this announcement. All qualified and eligible SDBVOSB concerns must be registered and have an active account in www.vetbiz.gov, and www.sam.gov. Failure to have active accounts in both databases may render your offer non-responsive and exclude your firm from consideration of possible contract award. The Contracting Officer for this project is Mr. Derek C. Reed who can be reached at (303) 914-5710. Offerors are encouraged to email questions to derek.reed@va.gov. All responsible sources may submit a proposal in response to this announcement which may be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78613R0297/listing.html)
 
Place of Performance
Address: Fort Sam Houston National Cemetery;1520 Harry Wurzbach Road;San Antonio, TX
Zip Code: 78209
 
Record
SN03112618-W 20130712/130710235511-3040dfe8d590cadb198b529159248719 (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.