The RFP Database
New business relationships start here

NRM Project 824-NRM16-04, Construct Security/Fire Alarm System, Woodlawn National Cemetery.


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The National Cemetery Administration is soliciting offers under Solicitation No. VA786-16-Q-0039 for the following service at Woodlawn National Cemetery in Elmira, NY:

Contractor shall provide all labor, equipment, material and supervision necessary to perform a site visit, and subsequent construction work to the security and fire alarm systems.

Work shall last no more than 120 days and include the Contractor to provide, install, abandon, demolish, replace, disconnect, and/or remove and subsequent construction work to the security and fire alarm systems according to the plans and specifications at the Woodlawn National Cemetery.

The Magnitude of Construction: Less than $25,000.
A bid guarantee and payment and performance bonds are NOT required.

Work shall be performed in strict accordance with all terms, conditions, specifications, schedules and drawings. Performance shall be in accordance with the requirements, conditions, terms and representations contained in this solicitation and any pertinent Federal and OSHA Occupational and Safety regulations.

The only site visit is scheduled for 12/9/15 at 10:00am; meet COR David Swarthout at the Woodlawn Administration Building. If you are planning to conduct a site visit/inspection not during the scheduled site visit YOU MUST CONTACT the Cemetery Director or Foreman to make arrangements. However, they will not offer a tour or be available to answer any questions. All questions before and after the site visit shall be submitted in writing to the Contract Officer (CO) at Katherine.Iacovelli@va.gov.

Bidders are urged and expected to inspect the site where work is 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 the site constitute grounds for a claim after award.

Proposals will be evaluated and award will be made to the responsible offeror with the lowest priced technically acceptable proposal as per FAR Part 15. There are no tradeoffs. Proposals will be evaluated for acceptability but not ranked using non-cost/price factors. Factors that will be evaluated to determine technical acceptability are, past performance, risk and price. Responsibility determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. Pricet will be evaluated on the basis of its realism and acceptability to the Government.

This procurement will be set aside using a Cascading Set-Aside Procedure. The Government will award at the highest possible tier. The tiers will be as follows:

1st tier- SDVOSB
2nd tier- VOSB
3rd tier- All other small businesses
Further information regarding this procedure is contained within the solicitation.

The NAICS Code is 561621. Size standard is $20.5Million. Electronic solicitations will be available for download from http://www.fbo.gov on or about December 2, 2015

Responses to the solicitation are due by noon Eastern Time on 12/22/2015621.

Any amendments to the solicitation will also be available at www.fbo.gov. Offerors are advised they are responsible for obtaining any amendments.

Information shall be submitted in the manner requested in FURTHER INSTRUCTIONS TO OFFERORS. Failure to submit all documentation required as required so may result in your submission being determined non-responsive and removed from further consideration.

Katherine E Iacovelli
Contract Officer
540-658-7231

katherine.iacovelli@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP