Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOLICITATION NOTICE

99 -- DLA Grounds Maintenance - Statement of Work

Notice Date
7/15/2011
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
Grounds
 
Point of Contact
James A. Spell Jr, , Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
james.spell@dla.mil, Beverly.J.Williams@dla.mil
(james.spell@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Statement of Work Grounds Maintenance Services Synopsis This notice serves to announce the intent of the DLA Contracting Services Office to issue an 8(a) competitive requirement for landscaping, grounds maintenance, exterior pest management, snow removal/ice control, and other related services at the Defense Logistics Agency (DLA) Headquarters Complex (HQC) by a Performance-Based, Firm Fixed-Price (FFP) Contract which also includes Indefinite Delivery/ Indefinite Quantity (IDIQ) work. The period of performance will be a one (1) year Base Period, October 1, 2011 - September 30, 2012 with four (4) sequential one (1) year option periods for a total contract life of sixty- (60) months. The Performance Work Statement (PWS) will be posted with the Solicitation. The associated North American Industry Classification System (NAICS) for this procurement is 561730 and the small business size is $7 Million; Standard Industrial Classification is 1542. The requirement will be solicited as a commercial service using Simplified Acquisition Procedures under the authority of FAR 13.5. The Contractor shall furnish all labor, supervision, tools, materials, equipment, incidental engineering, transportation, and management necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications. The Contractor must possess all licenses required by local, state (Class A Electrical Contractor) and Federal Governments. Work will include, but not limited to the following functional areas: (1) Service Calls. (2) Landscaping and Grounds Maintenance (includes grounds, fences, signs, gates, pond, playground equipment, etc). (3) Operation, maintenance and repair of underground irrigation equipment and associated systems; (4) Maintenance and repair of surfaced areas (roadways, parking garage, parking lots, loading docks, sidewalks, curbs, entrance pavers, porches, dining patio, etc); (5) Exterior Pest Management Services; (6) Cleaning Maintenance of Building Structures (Guard Houses, Recreation Center, Loading Docks, Parking Garage, Bus Shelters, Porches, etc.); (7) Snow Removal and Ice Control Services; (8) Indefinite Delivery/Indefinite Quantity (IDIQ) work items of maintenance, repair, equipment installations and minor construction/alterations less than $25,000 per occurrence. If the Contractor agrees, IDIQ in excess of $25,000 may be ordered. This requirement is subject to the Service Contract Act and the Davis-Bacon Act and will include the appropriate Department of Labor Wage Determinations. The DLA Contracting Services Office anticipates posting the solicitation to www.fbo.gov on or about July 30, 2011. The solicitation will only be available on www.fbo.gov. The Government anticipates proposals being due thirty (30) days after the solicitation is posted to www.fbo.gov. It is the responsibility of each potential offeror to periodically check www.fbo.gov to obtain the solicitation and any related amendments. All interested must download the solicitation from the above-mentioned website. There will be no paper copies of this solicitation available. All solicitation information may be obtained through the above-referenced website. Interested parties should register online and subscribe to receive procurement announcements related to this solicitation. Potential offerors are responsible for monitoring this site for release of the solicitation package. To be eligible for contract award, offerors must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR website at http://www.ccr.gov. Contractors must also submit their representations and certifications at the online Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov. * TELEPHONE INQUIRIES OR RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/Grounds/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02501090-W 20110717/110716000033-3ead53d67b9282a8587275f4ca8f953e (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.