Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOURCES SOUGHT

Z -- Grounds Maintenance and Tree Trimming Services at Various Military Locations, Guam, M.I.

Notice Date
4/24/2014
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019214R9008
 
Response Due
5/7/2014
 
Archive Date
5/31/2014
 
Point of Contact
Felix Benavente, (671) 339-6750
 
Small Business Set-Aside
HUBZone
 
Description
Request for Information (RFI) for Grounds Maintenance and Tree Trimming Services at Various Military Locations, Guam, M.I. Description: This sources sought announcement is published for market research purposes only. This market research will be used to help identify business sources in the market. This is a Hub-Zone Set Aside type acquisition. Request that prospective offerors complete and return a Capabilities Statement and line card as described below to determine which contractors possess the capabilities of meeting the Governments grounds maintenance and tree trimming services requirement. This should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach or otherwise reimburse respondents for any costs incurred in preparation of a response to this notice. Naval Facilities Engineering Command Marianas provides an array of contracting capabilities for facility services (grounds maintenance) in support of Joint Region Marianas ™s mission. The Contractor shall provide all labor, supervision, management, tools, material, equipment, facilities, transportation and incidental engineering and other items necessary to accomplish all work to perform grounds maintenance and tree trimming services for Command Joint Region Marianas. The outcomes of this acquisition are consistent with FAR 37.101 definition of service contracts. The requirement is performance-based and the contract requirements will be presented in clear, specific, and objective terms with measurable outcomes. The requirements will be defined in terms of the work to be accomplished instead of how the work is to be done or the type and level of resource that are required to the work. The Performance Work Statement (PWS) will include measurable performance standards to be achieved and against with the Government can assess whether or not the contractor is successful in meeting the required performance objectives. The metrics to be used to measure the outcomes will be pre-defined performance standards. These performance standards ensure the contractor has the workforce (staffing and skills) required to adequately support the mission on Guam. These standards are used to describe the Navy and Air Force ™s expectations of the contractor in performance of the contract. Some examples of performance standards include, but are not limited to the following: Lawn Care (Lawns are healthy and present a uniform appearance and a rich, natural color) Mowing and Trimming (Grass shall conform to a specified height as defined in the contract) Edging (Uniform in appearance and vegetation does not encroach on ground structures) Shrub & Hedge (Present a neat and uniform appearance and not encroach on roads and walkways) Tree Trimming (Properly pruned and de-fruited to present a neat and clean appearance) Leaning Branches (Maintained along the vertical limit of mowing areas) Sources Sought: Respondents shall classify their company using the following North American Industry Classification System (NAICS) Code: 561730 Landscaping Services Questions and Responses: Questions regarding this RFI shall be submitted in writing by email to the Contracting Officer, Stephen M. Pastore at Stephen.pastore@fe.navy.mil and Contract Specialist, Felix Benavente at felix.benavente@fe.navy.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the Navy Electronic Commerce Online (NECO) website; https://www.neco.navy.mil/; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 7 May 2014, will be answered. Responses to this RFI are to be submitted and received by 10:00 AM Guam Time, 7 May 2014 to be considered by the Government. Responses should be single-spaced, Times New Roman, and 12 point font with one inch margins, and compatible with MS Office Excel 2007. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code. Provide a list of the current contract vehicles your services may be procured from, to include the General Service Administration (GSA), Federal Supply Schedule (FSS), and any other government contract vehicle. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Summary: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. The information provided in response to this RFI will be used to determine how to proceed in the acquisition process for In accordance with FAR 15.201(3), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. If a solicitation is released, it will be synopsized on the Navy Electronic Commerce Online (NECO) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019214R9008/listing.html)
 
Place of Performance
Address: NAVFAC MARIANAS
Zip Code: PSC 455, BOX 195
 
Record
SN03347297-W 20140426/140424234439-70133c344db38d7cb35db9d45e97dbed (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.