Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
DOCUMENT

99 -- South East District. Nashville National Cemetery, FY18 National Shrine Project - Turf - Attachment

Notice Date
4/5/2018
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
National Cemetery Administration;Contracting Service;75 Barrett Heights Road, Suite 309;Stafford, VA 22556
 
ZIP Code
22556
 
Solicitation Number
36C78618R0253
 
Response Due
5/18/2018
 
Archive Date
7/17/2018
 
Point of Contact
Henry Dukes
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The National Cemetery Administration has issued a FY18 National Shrine Project for Designated Turf Renovation at the Nashville National Cemetery. Reference the National Shrine Solicitation Number: 36C78618R0253. Contractor shall provide all labor, supervision, equipment; materials and supplies to renovate designated sections of turf of the Nashville National Cemetery, Madison, Tennessee. The Department of Veteran Affairs, Chattanooga National Cemetery intends to award a fixed price contract to renovate designated sections of turf which include the area within the historical wall/fence area and border area to roadway Summary of Work: Contractor will renovate designated sections of turf (border areas include the area from roadways/fence to interment area) within the historical wall/fence turf areas. The contractor shall provide all supervision, professional advice/guidance, labor, parts, materials, equipment, and personnel, to provide these services. Cemetery Location: These services will be performed at: Nashville National Cemetery 1420 Gallatin Road, South Madison, TN 37115 SEE ATTACHMENTS AND BURIAL SECTION DRAWINGS WHEN SOLICITATION IS RELEASED ON OR AROUND 19 APRIL 2018. Upon receiving Notice to Proceed (NTP) under this contract, the Contractor and Site Manager shall contact the COR(s) to visit the site and plan the work schedule. The contractor will have all work/services completed, not to exceed 365 calendar days. Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation. The Contractor is responsible for supplying all equipment, personnel, tools, supplies and materials necessary to perform the services required by this contract. Contractor-furnished items necessary to perform work as required under this contract shall be furnished, maintained and operated by the Contractor and shall be consistent and fully compliant with all applicable OSHA, Federal, State, County, City laws, ordinances and regulations. Materials and supplies procured for the performance of the contract by the Contractor shall be consistent and fully compliant with all applicable Federal, State, County, and City laws, ordinances and regulations. The Contractor is responsible for the supply, maintenance and repair of all Contractor-owned equipment. This includes, minor maintenance/repair and minor operating parts for equipment such as lubrication, oil changes, spark plugs, gaskets, cotter pins/keys, electric extension cords, etc., to keep all equipment in good operational condition throughout the period of performance of this contract. Contractor Staging area location must be approved by the COR. Contractor shall base operations out of this staging area, using it for materials and equipment storage, administration, employee toilets, trash dumpster area, employee parking, employee lunch/break area, etc. Because of the limited area of the cemetery for staging the contractor may have to secure/arrange an alternate location off site at his expense for spoils or other material/equipment storage. The Contractor is responsible for ensuring that all its motor vehicles and equipment meet State inspection, safety, licensing, registration, and insurance requirements. The Government will award this solicitation as a Firm Fixed Price Service Contract in accordance with the criteria contained in 52.212-2. This acquisition is 100% Service Disabled Veteran-Owned Business Set-Aside. The NAICS Code is 561730. Size standard is $7.5 Million. Electronic solicitations will be available for download from Federal Business Opportunities http://www.FedBizOpps.gov on or around April 19, 2018. Responses to the solicitation are due by 2:00 P.M. EST, May 18, 2018. Offeror s are advised that they are responsible for obtaining amendments to the solicitation which is available at FedBizOpps. No telephone requests will be accepted. Any questions should be sent via email and addressed to: Henry Dukes, Contracting Officer in writing at henry.dukes@va.gov. Prospective offeror s must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov. Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) concerns shall not be considered. SDVOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov prior to the due date for proposals. (See Provision 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Electronic solicitations will be available for download from http://www.fbo.gov on or about April 19, 2018. No paper copies will be issued. Offeror s are responsible for obtaining any and all amendments or additional information at http://www.fbo.gov. Proposals are due at 2:00 P.M. EST on May 18, 2018. All proposals must be submitted through the Department of Veterans Affairs Electronic Management System (eCMS) Vendor Portal website to be considered. Please go to the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far left side of the webpage and click on Request a user account to register. Information shall be submitted in the manner requested in INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined technically non-responsive and removed from further consideration. SPECIAL NOTICE: If Contractor encounters problems with the Vendor Portal please mail or e-mail your proposal to: Henry Dukes U.S. Department of Veterans Affairs National Cemetery Administration 75 Barrett Heights Road, Suite 309 Stafford, VA 22556 Or Henry.Dukes@va.gov THREE (3) PRE-BID SITE VISIT: Pre-bid site visit inspection are highly recommended, please contact the Contracting Officer s Representative (COR) to schedule visit for the following dates: Wednesday, 25 April 2018 at 11:00 AM CST Wednesday, 2 May 2018 at 11:00 AM CST Wednesday, 9 May 2018 at 11:000 AM CST On the day of the site visit, please meet at the administration building. NOTE: All Questions pertaining to this solicitation must be submitted by COB Thursday, 10 May 2018 to henry.dukes@va.gov any questions sent after this date will not be considered. DESIGNATED CONTRACTING OFFICER S REPRESENTATIVE (COR): Mr. Kevin L. Ritchey, Primary COR at Kevin.Ritchey@va.gov or Ms. Donna Coleman, Alternate COR at Donna.coleman1@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618R0253/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78618R0253 36C78618R0253.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4204845&FileName=36C78618R0253-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4204845&FileName=36C78618R0253-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Nashville National Cemetery;1420 Gallatin Road, South;Madison, TN
Zip Code: 37115
 
Record
SN04880305-W 20180407/180405231645-9f0a347ed70e01db6a1e820062209888 (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.