Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOLICITATION NOTICE

S -- Grounds Maintenance Services for Peterson AFB, CO - Draft RFP - Presolicitation

Notice Date
5/4/2015
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-15-R-5005
 
Archive Date
5/26/2015
 
Point of Contact
Stephanie F. Dillon, Phone: 7195564877, Tina Crosby, Phone: 719-556-8531
 
E-Mail Address
stephanie.dillon.1@us.af.mil, 21cons.lgcab@us.af.mil
(stephanie.dillon.1@us.af.mil, 21cons.lgcab@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Attachment 2 - Workload Estimate Attachment 1 - Price List Attachment 8 - Client Authorization Letter Attachment 7 - Consent Letter Attachment 6 - QASP Attachment 5 - PWS Attachment 4 - Past Performance Questionnaire Attachment 3 - WD 05-2080 Rev.-17 Draft RFP - FA2517-15-R-5005 This notice serves as market research to gain industry comments on the Draft Request for Proposal (DRFP) and also serves as a pre-solicitation notice/procurement synopsis for grounds maintenance services at Peterson Air Force Base (PAFB), Colorado. The Contractor shall provide all management, tools, equipment, and labor necessary to ensure that grounds maintenance services are performed at PAFB, CO in a manner that will maintain a satisfactory grounds condition and present a neat and professional appearance. This notice does not constitute a solicitation, but it does indicate the plan for a solicitation in the future. DO NOT SEND PROPOSALS. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice are solely at the responding parties' expense. The Government contemplates soliciting for the award of one Indefinite Delivery, Indefinite Quantity (IDIQ) contract. It has been determined that competition will be limited to HUBZone firms with the assigned NAICS. The NAICS for this acquisition is 561730, with a size standard of $7.5M. Typical task orders (TOs) will consist of grounds maintenance services at the location listed above. Individual, firm-fixed price TOs will be issued using the offerors pricing provided on the price list. The anticipated performance period of this contract shall consist of one, five-year ordering period. In response to the attached DRFP, the Government requests industry to provide any comments, questions and/or suggestions in an effort to improve the documents for the official RFP. Specifically, provide responses to the following: a. How do you think this RFP format content affects your best proposal effort? b. Are the PWS, price list, workload estimate and other referenced documents clear? c. Identify any risks you perceive with the effort described in the Draft RFP (cost drivers, budget, and schedule) and describe reasonable/achievable alternatives to reduce the risks. d. Are sections 52.212-1 and 52.212-2 clear? Interested parties are requested to submit questions or comments in reference to the DRFP to this announcement, via email ONLY, by COB on 11 May 2015. Please do not provide any capability statements or company brochures with your responses. Only questions or comments in reference to the draft documents will be reviewed. Release of the final RFP is anticipated during the month of Aug 2015. The anticipated award date is Dec 2015. This is a competitive acquisition which will be evaluated in accordance with the evaluation criteria outlined in the solicitation. This contract will be awarded as Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) in which the Government will utilize a tradeoff source selection process wherein Technical will be assessed on an acceptable/unacceptable basis and the Government's tradeoff decisions will be based upon a tradeoff between past performance and price where past performance is approximately equal to price. Interested parties should register for the Interested Vendors List to receive updates to this announcement. Contract teaming is encouraged as prescribed under the SBA rules for Joint Ventures, Prime Contractor/Sub Contractor arrangements and the SBA, AF, or DOD Mentor-Protégé Procedures. All prospective offerors are responsible to visit the web frequently and obtain the solicitation, any amendment, or other information pertaining to this solicitation. All prospective contractors must be registered in the System Awards Management System (SAM) and Wide Area Workflow (WAWF) in order to be eligible for award. Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through the above referenced website and the solicitation number. The Government plans to use the Federal Business Opportunities (FBO) website and e-mail as the primary means of disseminating and exchanging information. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the following: Ms. Stephanie Dillon, Stephanie.Dillon.1@us.af.mil Ms. Tina Crosby, Tina.Crosby.3@us.af.mil SSgt Jeremy Rash, Jeremy.Rash@us.af.mil 21 CONS/LGCAB 21cons.lgcab@us.af.mil DISCLAIMER: Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. Electing not to submit questions or comments does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not participate. Any subsequent solicitation, if issued, will be subject to availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-15-R-5005/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03718591-W 20150506/150504234301-2d4f6eacf5c6fbce617c88d263d5a865 (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.