Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

March 14, 2023

April 14, 2023

April 15, 2024

Award

Religious / Funeral

$596,640.00

Public - Federal

Service, Maintenance and Supply

img_map_placeholder

60 Indiantown Gap Rd, Annville, PA

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe to View Full Documents

This is a service / maintenance or supply contract in Annville, Pennsylvania. Contact the soliciting agency for additional information.

Award Details Contract Award Date: Jun 23, 2023 Contract Award Number: QAE--36C78623D50320 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: UDN9R3EDKDA6 Contractor Awarded Name: Viking Bros. LLC Contractor Awarded Address: Base and All Options Value (Total Contract Value): $596,640.00 GENERAL INFORMATION: Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78623Q50068 Post Date: 2/14/2023 Original Response Date: 3/14/2023 Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: SDVOSB Period of Performance: Base plus 4 if exercised. Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Place of Performance: Indiantown Gap National Cemetery Indiantown Gap Rd Annville, PA. 17003 Attachments: A. Schedule/Statement of Work B. Past Performance Questionnaire C. Wage Determination Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78623Q50068 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2023-01 (eff. 12/30/2022) NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: The (NAICS) code for this procurement is 561730 The business size standard number of employees is $9.5 Million This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veteran Affairs, National Cemetery Administration, anticipates the award of an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. IDIQ Contracts does not procure or specify a firm quantity of services (other than a minimum or maximum quantity). The awardee shall be issued via Task Orders (TOs) for the performance of services during the period of the contract. This IDIQ Contract is for Indiantown Gap National Cemetery, Indiantown Gap Rd, Annville, PA. 17003. DIGNITY CLAUSE: Respect for Headstones and Markers in National Cemeteries; Handling of Markers and Headstones Every action by Offeror personnel at a national cemetery must be performed with the special care, reverence, dignity, and respect that acknowledges the cemetery as the final resting place that commemorates the service and sacrifice that service members, Veterans and their families made for our Nation. Critically important is the awareness required of the Offeror employees of the remains buried in the grounds where the work is performed. The utmost care must be given to these remains and the headstones and flat grave markers that mark those gravesites and memorialize the service of individuals. Offerors cannot walk, stand, lean, sit or jump on headstones or markers. Nor can they drive over them. No tools, equipment or other items will be placed or leaned on headstones or markers. Use care not to scratch or damage markers in any manner. Offeror shall be responsible for replacing damaged headstones and markers and for restoring turf damaged during performance of this work. Additionally, should any activity result in the exposure and/or damage to any remains, container for remains (e.g., casket or urn), or outer burial container, the Offeror must contact the COR, Director/Assistant Director, or Contracting Officer (CO) for guidance. Any doubts as to proper procedures shall be brought to the attention of the COR, Director/Assistant Director, or CO for guidance or resolution. The Offeror is required to discuss the guidance with employees and/or subcontractors and have each employee sign a statement of compliance and deliver the signed statement to the COR before work may begin. Contracted Site Supervisor will ensure that no Offeror personnel work will cause any funeral, ceremony, procession or visitation to be delayed, altered, or otherwise impacted in such a way that the dignity, security, or safety of the event or visit is compromised. A list of scheduled ceremonies will be provided the week prior to the event, and a list of scheduled committal services will be provided on the day of the service. The Site Supervisor shall communicate not less than daily with the COR, to ask questions and ensure he/she and contracted personnel understands the off-limit areas. SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect one or all sites constitute grounds for a claim after contract award. All contractors and attendees shall follow C DC guidelines for COVID-19 on government premises and must practice safe social distancing as directed. If you plan to conduct a site visit / inspection of Indiantown Gap National Cemetery, Indiantown Gap Rd, Annville, PA. 17003., YOU MUST CONTACT one of the following personnel to make arrangements: John Spruyt, Cemetery Director.............................................. (717) 865-5254 John Jernigan, Foreman................................................... (717) 926-1265 Facsimile # ..................................................................... (717) 865-5256 Site Visits will be on 01 March 2023 and will not be rescheduled. RESPONSE TO REQUEST FOR QUOTATION (RFQ): Quotes are due to the Contracting officer no later than 10:00AM EST on 03/14/2023 Responses to this announcement will result in an IDIQ Contract. The Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining all amendments or additional information concerning this announcement at beta.sam.gov. SOLICITATION QUESTIONS : All questions regarding this solicitation are to be submitted to the Contracting Officer, via email, no later than close of business, 02/24/2023. Questions pertaining to this announcement shall be sent by email to: Hugh.ONeil@va.gov and CC: Mr. Joselito Roman, Contracting Officer, at Joselito.Roman@va.gov . Telephone inquiries will not be accepted. Associated answers to questions submitted will be provided via a solicitation amendment. Should an amendment not be endorsed by the interested Offeror, the quote will be considered non-Responsive. INSTRUCTIONS TO OFFERORS: Interested Offerors MUST be registered with the System of Award Management (SAM) at http://www.sam.gov and must compete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to the solicitation closing date. Failure to comply will result in the offeror being considered non-Responsive. Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) socio-economic category concerns MUST have an active/current registration with www.verterans.certify.sba.gov. Failure to comply will result in the offeror being considered nonResponsive. Interested Offerors who do not have a current/active Sam account registration or who are not certified as a Service-Disabled Veteran Owned Small Business in the SBA website (veterans.certify.sba.gov) upon solicitation close date will be considered non-responsive. All offers are to be submitted to the Contracting Administrative Officer, via email at Hugh.ONeil@va.gov and CC: Mr. Joselito Roman, Contracting Officer at Joselito.Roman@va.gov no later than 10:00AM EST on 03/14/2023. QUOTATION PREPARATON INSTRUCTIONS: Offerors shall submit quotes in four (4) separate Adobe Acrobat (.pdf) documents identifying each .pdf document as Volumes A, Volume B, Volume C and Volume D. Interested Offerors who fail to submit the four (4) separate .pdf documents will be considered non-responsive. If one document is submitted the offeror will be considered nonresponsive. Volumes A through D must be a separate pdf file. Company Information (Volume A) The following information shall be included in Volume A: Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address (No P.O. Boxes) Duns Number SAM UID Company Point of Contract Name and Title Telephone Number Email Address Company Capabilities Statement One (1) Signed Copy of all Solicitation Amendments One (1) Copy of Completed FAR Clause 52.223-3 "Hazardous Material Identification and Material Safety Data" (if applicable). One (1) copy of Completed FAR Provisions 52.212-3 "Certifications and Representations" or indicate whether contractor has completed the annual representation and certifications electronically at www.sam.gov (copy of current SAM status) In accordance with Public Law 116-183 a Small Business claiming Veterans First Status, Service Disable Veteran Owned Small Business (SDVOSB), or Veteran Owned Small Business (VOSB), must certify in writing that their firm are performing 50 percent of the work. Therefore, Interested Offerors who claim SDVOSB or VOSB status shall provide (1) document stating their compliance with PL 116-183. Failure to provide such document will result in the Interested Offeror being considered Non-Responsive. Should award be made to an SDVOSB or a VOSB who is suspected of violating PL 116-183 this Agency will refer suspected violators to its department's inspector general for investigation and possible fines, suspensions, or debarments. Technical Proposal (Volume B) The following shall be included as part of the Offeror's technical submission, Volume B: Company relevant experience descriptions Managerial & Technical Qualifications of Key Personal to include Resumes Work Plan/Staffing Plan to accomplish the required services to include man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information. Past Performance (Volume C) The following shall be included as part of the Offeror's Past Performance submission, Volume C: Past performance Questionnaire (Attachment D) from at least three (3) references in the last five (5) years. Past Performance information provided must be similar or somewhat similar to the required service(s). Interested Offeror shall list any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non-NCA contracts. Pricing (Volume D) The following information shall be included in Volume D Proposed pricing shall be submitted on the Price/Cost Schedule of Services (Attachment A) EVALUATION PROCESS: The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract resulting from this Solicitation to the responsible Offeror whose Offer/Quote provides the best benefit to the Government, price and other factors considered. Quotations/Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the "best" as a whole. Quotations/Offerors will be evaluated by performing a direct comparison of one Quotation/Offer with another in a uniform manner to determine which Quotation/Offer provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that Quotes or Offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced Quoter/Offer that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the Quotation/Offer having the highest past performance rating possible represents the best benefit to the government. Technical Approach and Understanding of the Work: Offer shall be evaluated in accordance with the criteria contained in the Statement of Work and on how well the technical approach meets the Government requirements. Technical approach will be evaluated for the following: 1. Demonstrate experience in performing this requirement. 2. Demonstrate Key Personal have the managerial and technical qualifications in performing this requirement. 3. Demonstrate Work Plan/Staffing Plan is suitable in performing this service. Plan must include man hours, methodology, list of equipment/vehicles to be used, licenses, permits and insurance information. Past Performance: Past performance shall be evaluated based on the Offer's technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods. 1. The Contracting Officer's knowledge of previous experience with the supply or service being acquired. 2. Customer past performance questionnaire replies 3. The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or 4. Any other reasonable basis. Price: Proposed price will be evaluated for Reasonableness

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Starting At

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Provide your information to unlock 5 active projects and companies from our commercial construction database. Free.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Don't miss Bidding Projects!

Within 75 Miles of this Project:
414
Active Projects
251
Bidding Soon

Related Projects


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.