MODIFICATION
S -- Intent to Sole Source Beverly NC Grounds Maintenance 90 day Bridge
- Notice Date
- 12/16/2024 5:12:57 AM
- Notice Type
- Justification
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78625Q0022
- Archive Date
- 01/15/2025
- Point of Contact
- Antionette Collins, Contracting Officer, Phone: 703-630-9341
- E-Mail Address
-
Antionette.Collins@va.gov
(Antionette.Collins@va.gov)
- Award Number
- 36C78625C50079
- Award Date
- 12/12/2024
- Awardee
- NATIVE CONTRACTORS, INC. DALLAS 75230
- Award Amount
- 130485.00000000
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Under SAT Funding ID: _F000926-25-2000029 Contracting Activity: Department of Veterans Affairs, National Cemetery Administration, on behalf of Beverly Nation Cemetery, 916 Bridgeboro Rd, Beverly, NJ 08010. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The Agency is seeking an interim contract for grounds maintenance services as the comprehensive five- year contract, which comprises an initial one-year term with the possibility of four one-year extensions is finalized. The scope of services required includes lawn mowing and debris disposal, trimming and edging, road and walkway cleaning, leaf removal, snow and ice management, flag operations, pest control for vertebrates, and urgent storm damage restoration. Period of Performance: 12/16/24 to 3/15/25 Estimated Total Value: $130,485.00 Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Services are requested from the current contractor on an interim basis due to an ongoing protest. Given the circumstances and the need for a short-term solution while a long-term contract is being established, it is most beneficial to retain the incumbent for continued services. This is because they already have equipment on-site, staff allocated, and a thorough understanding of the required tasks, which enables them to deliver the necessary services during the pendency of the protest. Pursuing a new contractor is not in the government's best interest at this juncture due to the investment of time and resources that would be necessary. The existing contractor has offered to maintain their pricing from the current year, a rate that was previously determined to be fair and reasonable at the time of the original contract award. The incumbent is a certified SDVOSB contractor and currently active in SAM. Description of market research conducted and results or statement why it was not conducted: Market research has been conducted, identifying the availability of other SDVOSB (Service-Disabled Veteran-Owned Small Business) contractors. A request for a long-term contract was publicized, resulting in submissions from multiple SDVOSB vendors. Yet, due to an ongoing protest, an award is pending. In the meantime, it is not in the government's best interest to seek for an alternative contractor. Utilizing the services of the incumbent contractor is deemed most favorable during the resolution of the protest. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The expected cost to the government is considered fair and reasonable since the incumbent contractor is proposing to extend their current year's pricing. This price was assessed and determined to be justifiable five years ago when it was initially evaluated. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8e32a6fbb1d2405fa8655f2a0c73ff37/view)
- Record
- SN07292564-F 20241218/241216230104 (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 |