Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2025 SAM #8586
SPECIAL NOTICE

Z -- Intent to Sole Source (SDVOSB) - FY25 Headstone Setting Services at Riverside National Cemetery

Notice Date
5/28/2025 4:30:37 AM
 
Notice Type
Special Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
 
ZIP Code
22134
 
Solicitation Number
36C78625R0047
 
Response Due
6/11/2025 5:00:00 AM
 
Archive Date
06/26/2025
 
Point of Contact
Auvorie Benson
 
E-Mail Address
auvorie.benson@va.gov
(auvorie.benson@va.gov)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Description
NOTICE: The National Cemetery Administration (NCA)�s Intends to Sole Source the FY25 Headstone Setting Services at Riverside National Cemetery, classified under North American Industry Classification System (NAICS) code 238910 � Site Preparation Contractors to Industry Standard USA, LLC. (SAM UEI # UB1AD28JBZJ4), under FAR Part 13 � Simplified Acquisition procedures (SAP), & FAR 19.14 - Service-Disabled Veteran-Owned Small Business Program, IAW VAAR � 819.7008 Sole source awards to verified service-disabled veteran-owned small businesses (SDVOSB), in conjunction with FAR 6.302-5 �Authorized or Required by Statute.� Riverside National Cemetery requires a construction service to Install Headstones IAW NCA Shrine Standards. Headstone setting services requires specialized services that supports the NCA�s mission to maintain cemetery sites as national shrines that honor veterans with dignity and respect. The scope includes, but is not limited to, monument and headstone realignment, minor turf renovation, and aesthetic improvements consistent with shrine standards. Due to the unique and sensitive nature of this work�including the preservation of historical and commemorative elements�a contractor with demonstrated experience working within active national cemetery environments is essential. The Contracting Officer has determined that the need to sole source applies as it meets the following: The anticipated award price of the contract will not exceed $5 million; the requirement is synopsized and the required justification pursuant to FAR 6.302-5(c)(2)(ii) is posted in accordance with FAR part 5; the SDVOSB has been determined to be a responsible contractor with respect to performance; and In the estimation of the contracting officer contract award can be made at a fair and reasonable price that offers best value to the Government. The Contracting Officer has determined to use the authority in FAR 6.302-5(b)(6) bestowed and award to Industry Standard, USA, LLC, a verified SDVOSB. IAW FAR 36.204 � Disclosure of the magnitude of construction projects, this project is estimated between $250,000 and $500,000. The agency intends to award this on or about mid-June 2025. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to auvorie.benson@va.gov with the following information referenced in the subject line, Request for Proposal (RFP) � Baltimore National Cemetery FY25 Shrine. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bca2112c99ab41c0a49fdefa541c27e4/view)
 
Place of Performance
Address: Riverside, CA 92518, USA
Zip Code: 92518
Country: USA
 
Record
SN07457362-F 20250530/250528230050 (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 |
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.