Missouri Bids > Bid Detail

1005--NATIONAL CEMETERY ADMINISTRATION JEFFERSON BARRACKS NATIONAL CEMETERY HEADSTONE MAINTENANCE SERVICES

Agency:
Level of Government: Federal
Category:
  • 10 - Weapons
Opps ID: NBD00159710185711044
Posted Date: Dec 20, 2023
Due Date: Jan 3, 2024
Source: https://sam.gov/opp/49395e2d18...
Follow
1005--NATIONAL CEMETERY ADMINISTRATION JEFFERSON BARRACKS NATIONAL CEMETERY HEADSTONE MAINTENANCE SERVICES
Active
Contract Opportunity
Notice ID
36C78624R0009
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NATIONAL CEMETERY ADMIN (36C786)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 20, 2023 09:01 am CST
  • Original Response Date: Jan 03, 2024 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 1005 - GUNS, THROUGH 30MM
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    2900 Sheridan Rd, St. Louis, MO 63125 St. Louis , 63125
    USA
Description
NATIONAL CEMETERY ADMINISTRATION
JEFFERSON BARRACKS NATIONAL CEMETERY
HEADSTONE MAINTENANCE SERVICES

INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes this Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).

The Department of Veterans Affairs, National Cemetery Administration (NCA) is conducting a market survey and is seeking potential sources for the headstone maintenance services at the Jefferson Barracks National Cemetery.

PROJECT DESCRIPTION:
The Contractor shall provide all management, manpower, supervision, equipment, materials and supplies necessary to provide headstone maintenance services as described herein. The Contractor shall comply with all applicable Veterans Affairs, National Cemetery Administration, Jefferson Barracks National Cemetery Complex (JBNCC) Directives, Handbooks, Policies and Standing Operating Procedures (SOP) for all work performed including applicable OSHA safety requirements and NCA Operational Standards and Measures. The Contractor shall also adjust/modify work procedures, as required, to comply with updates, changes or additions to policies, procedures, directives, handbooks, etc., from the VA, NCA, JBNCC and or OSHA. Work on this Firm-Fixed Price Level of Effort contract will be performed at Jefferson Barracks National Cemetery. Work under this solicitation is expected to commence on or about April 1, 2024.

PROCUREMENT INFORMATION:
The proposed project will be a competitive, Firm-Fixed Price/Level of Effort Contract. In accordance with VAAR 836.204, the magnitude of construction is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard $39.5 million) applies to this procurement. The anticipated term of this contract will be for a period from award date April 1, 2024 through Mar 31, 2025 plus four, One-year options, if exercised. However, the results and analysis of the market research will finalize the determination of the procurement method. Delivery of all items under this contract is subject to inspection and acceptance by the NCA Contracting Officer s Representative (COR). The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.

CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following information:
Section 1: Provide company name, SAM UEI number, company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).
Section 3: Provide a Statement of Interest in the project.
Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission.
It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by January 3, 2024, at 10:00 AM CST. No phone calls will be accepted.
The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.
At this time, no solicitation exists. If a solicitation is released it will be synopsized on SAM at https://sam.gov/. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.

LINE ITEMS

Line Items
Description
0001
Set New Initial Upright Headstones Not to Exceed 3500 EA
(Davis Bacon applies)
0002
Set Replacement Upright Headstones Not to Exceed 2700 EA
(Davis Bacon applies)
0003
Set New Initial Flat Markers Not to Exceed 8 EA
(Service Contract Act applies)
0004
Set Replacement Flat Markers Not to Exceed 75 EA
(Service Contract Act applies)
0005
Headstone Cleaning - Not to Exceed 30,000 EA
(Service Contract Act applies)
0006
Headstone Raise and Realignment Not to Exceed 2000 EA
(Davis Bacon applies)
0007
Headstone Fine Tune Alignment 30,000 EA
(Service Contract Act applies)

Attachments/Links
Contact Information
Contracting Office Address
  • CENTRALIZED CONTRACTING DIVISION 5105 RUSSELL ROAD
  • QUANTICO , VA 22134
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 20, 2023 09:01 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >