Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
MODIFICATION

R -- GROUNDS MAINTENANCE AND PEST CONTROL SUPPORT SERVICES FOR NASA LANGLEY REASERCH CENTER

Notice Date
11/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, Virginia, 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-GMPC-2016
 
Archive Date
12/7/2016
 
Point of Contact
Ola Charles, Phone: 7578648790
 
E-Mail Address
ola.a.charles@nasa.gov
(ola.a.charles@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking Capability Statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Grounds Maintenance and Pest Control Support Services. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Interested offerors/vendors shall submit a Capability Statement depicting the required capabilities in the following areas: 1)Management, labor, supplies, vehicles, materials, transportation and equipment necessary to provide grounds maintenance and pest control services for NASA LaRC and NASA properties located on adjacent Langley AFB, Hampton, Virginia. The total estimated maintained area on NASA LaRC is 222.2 acres and 12.23 acres on the Langley AFB, for a total of 224.43 acres. 2)Project Management support to manage the total work of this magnitude and to assure acceptable and timely completion of all services. Included in this function will be a full range of management duties including, but not limited to, planning, scheduling, safety & health, environmental compliance, and quality control. 3)Grounds Maintenance for grass mowing, edging, cultivation, trimming, raking, tree and shrub pruning, tree and stump removal, ditch and catch basin cleaning, weeding, mulching, fertilization, vegetation cutting and removal, under brushing, excavation, and quarterly street sweeping to meet the acres, required frequency, and different levels of maintenance (e.g. Levels I, II, III). 4)Wide range of Pest Control Services including labor, supplies, materials, and equipment for pest preventative maintenance, to exterminate a wide variety of insects and pests in buildings, trailers, and other structures at NASA LaRC and NASA occupied buildings on Langley AFB, and for the capture and removal of animals from facilities. The contractor will also be required to perform pest control services outside normal work schedules when needed. 5)Application of insecticides, pesticides, and herbicides compliant with all Federal (e.g. EPA), State, Local, and Center rules and regulations. 6)Collection, removal, and disposal (offsite) of refuse and trash for the magnitude of work at various collection sites. 7)Provide, operate, and maintain the vehicles, equipment, and tools necessary to meet the breadth of services included in the contract. Interested offerors/vendors having the required specialized capabilities should submit a Capability Statement of no more than 5 pages (including attachments) with a minimum font size of 12. The Capability Statement should indicate the firm's ability and past experience in performing the aspects of the effort described above and the Draft Requirements Document. Please include a specific example (or examples) of the firm's experience and contracts with grounds maintenance and pest control services for similar size efforts in acres and breadth of services. It is requested that the following be included in the 5 - page limit: (a) name and address of firm; (b) Point of Contact information to include name, title, phone number and email address; (c) whether you intend to submit an offer, and if so, would you submit as a prime or subcontractor; (d) average annual revenue for past 3 years and number of employees; (e) size of business concern and date the size designation is good through (large, small, 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone, small disadvantaged, woman-owned small business, Historically Black Colleges and Universities (HBCUs), and Minority Institutions (MIs); (f) number of years in business; (g) affiliate information to include parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and (h) 2 or 3 customer contacts covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). Potential offerors are referred to the attached Draft Requirements Document for a more detailed listing of the required services. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Draft Requirements Document. In addition, LaRC is also interested in contractor feedback related to suggestions for contract type, subcontracting opportunities, and possible contract incentives (positive and negative). The North American Industry Classification System (NAICS) code for this procurement is 561730, Landscaping Services, with a size standard of $7,500,000 annually. Estimated award date for this contract is on/about August 1, 2017. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis. All responses and questions shall be submitted in writing, via email, Ola Charles at ola.a.charles@nasa.gov no later than November 22, 2016. Please reference SS-GMPC-2016 in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-GMPC-2016/listing.html)
 
Place of Performance
Address: National Aeronautics and Space Administration, Langley Research Center, Hampton, Virginia, 23681, United States
Zip Code: 23681
 
Record
SN04322369-W 20161109/161107234649-dbe667c1ffb9f9c0a5ac94eb8b3834ee (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.