Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
DOCUMENT

56 -- Interior Plant Maintenance - Past Performance Questionnaire - Solicitation # SP4705-08-R-0012

Notice Date
6/17/2008
 
Notice Type
Solicitation # SP4705-08-R-0012
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-08-R-0012
 
Response Due
7/11/2008 11:00:00 AM
 
Archive Date
7/26/2008
 
Point of Contact
Beverly J Williams,, Phone: 703-767-1192
 
E-Mail Address
Beverly.J.Williams@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6. As supplemented with additional information included in this notice. This announcement includes a written solicitation; quotes are being requested. This solicitation (SP4705-08-R-0012) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26, effective June 12, 2008. The North American Industry Classification System (NAICS): 561730 and the small business size standard is 6.5. This acquisition will be set-aside 100% for small business in accordance with FAR 19.502-2(a). Numbered Note 1 applies. The award will be in accordance with FAR 6.1. The solicitation will result in a firm-fixed price contract with a base year and four (4), one (1) year option periods. The intention of this solicitation is to obtain support services for existing live and replica plants at the Defense Logistics Agency, Andrew T. McNamara (ATM) Headquarters Complex (HQC), Bldg. 2462. The HQC is located at 8725 John J. Kingman Road on the North Post of Fort Belvoir, Virginia 22060. The facility is approximately a 1 million plus square foot complex consisting of ten (10) sections called Pods each having five (5) floors. The HQC has two (2) main Atrium areas, one (1) located in Pod 4 and one (1) located in Pod 10 with eight (8) minor Atrium areas each four (4) stories high. The Atriums are covered with a skylight the same size as the opening. The Atrium in Pod 10 has tall sheer windows with no skylights. The Headquarters Complex currently has live plants located on four (4) floors. The Atrium level (first floor) has large potted live plants and in the Pod 4 (main entrance) floors two (2) through four (4) there are currently four (4) live potted plants on each floor. There is a monthly change out requirement for six (6) potted flower plants that are located at the main entrance Atrium Guard Desk. On floors two (2) through four (4), Pods one (1) through three (3) and five (5) through nine (9) there are two sizes of metal hanging planter containers located around the rail openings consisting of replica plants and silk flowers. The Contractor shall maintain and use existing decorative plant containers for the replica and live plants that reside on the Atrium and upper level floors. The Contractor shall maintain the replica plants/flowers and containers attached to the railings surrounding the opening above for each of three (3) floors in the eight (8) locations of the minor Atriums in Pods one (1) through three (3) and five (5) through nine (9). The Defense Threat Reduction Center (DTRC) located in Pod 10 currently has live and replica plants. The DTRC requires a secret clearance to enter the facility. The contractor is not required to have a secret clearance; however, the contractor shall be required to sign in and out at the DTRC guard desk each scheduled visit and be escorted by a DTRC representative while providing services. There are large potted live plants located in the Atrium lobby area, second floor Atrium stairwell landing, and first floor conference and corridor areas. There are replica plants located on the fourth floor command section and reception area that shall also be maintained. Please review the Statement of Work within the attached solicitation. The site visit will be held on Wednesday, June 25, 2008, at 0900 at Fort Belvoir, Virginia. The site visit will allow interested parties to visit the Headquarters Complex to determine any pre-existing conditions to the currently live and replica plants and flowers. All interested parties shall contact the Contracts Department to provide the names of two (2) or less representatives who will be attending. All attendees shall be prepared to show a identification. The contractor’s proposal shall list any live or replica plant or flower deemed unacceptable, provide a color rendition of plant selection type to include a cost for replacement. Contact Beverly J. Williams prior to June 25, 2008 via email at beverly.j.williams@dla.mil to provide the names of all attendees. All offerors wishing to submit a proposal subsequent to the solicitation described herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. For a copy of the solicitation, interested parties shall check this website for SP4705-08—R-0012. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All offerors interested in submitting must mail or email their proposals. Proposals shall address the requirements of the SOW and evaluation criteria. Refer to general instructions within the attached solicitatin. Offers are due no later than July 11, 2008, 11:00 a.m. Eastern Standard Time. Offers received after this date and time will not be considered for award. The postal mailing address is: Defense Logistics Agency, ATTN: Beverly J. Williams, 8725 John J. Kingman Road, Suite 1145, Fort Belvoir, VA 22060. Offers may also be faxed to (703) 767-1130 or email to beverly.j.williams@dla.mil. For any questions relating to this solicitation, please feel free to contact Beverly J. Williams via email at beverly.j.williams@dla.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95ba2116f00c6dc4421ff6b5b3297345&tab=core&_cview=1)
 
Document(s)
Solicitation # SP4705-08-R-0012
 
File Name: Past Performance Questionnaire (PAST PERFORMANCE QUESTIONNAIRE.doc)
Link: https://www.fbo.gov//utils/view?id=3fc1f1582211dca46429a282d1ac7635
Bytes: 42.00 Kb
 
File Name: Solicitation # SP4705-08-R-0012 (SP4705-08-R-0012.pdf)
Link: https://www.fbo.gov//utils/view?id=3aa396d5e8e15603968daab77accf52f
Bytes: 212.41 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Defense Logistics Agency, Andrew T. McNamara (ATM) Headquarters Complex (HQC), Bldg. 2462. The HQC is located at 8725 John J. Kingman Road on the North Post of Fort Belvoir, Virginia 22060., Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN01594762-W 20080619/080617221223-95ba2116f00c6dc4421ff6b5b3297345 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.