Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

S -- McChord Field Grounds Maintenance

Notice Date
5/19/2017
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Joint Base Lewis-McChord, ATTN: SFCA-NR-LS, Bldg 2015, Box 339500, Fort Lewis, Washington, 98433-9500, United States
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-17-R-0012
 
Point of Contact
Nikkita Cortes, Phone: (253) 966-3497, Robert A. Phelps, Phone: (253) 966-3487
 
E-Mail Address
nikkita.cortes.civ@mail.mil, robert.a.phelps2.civ@mail.mil
(nikkita.cortes.civ@mail.mil, robert.a.phelps2.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1. The Department of the Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, intends to solicit for a contractor to provide grounds maintenance services on McChord Field. The contractor shall provide personnel, management, and other items and services not Government-furnished, necessary to perform specific grounds maintenance. The contractor shall provide commercially established grounds maintenance services to improved, semi-improved, and unimproved areas on McChord Field. There are approximately 600 acres of airfield semi-improved grounds, 356 acres improved grounds, 106 acres weed and pest control-high visibility improved grounds, 90 acres unimproved grounds, and 36 acres landscaped beds. These services include mowing, trimming, edging of lawns and vegetation, servicing landscape beds, prune trees & shrubs, plant trees, stump removal, repair lawns, replace plantings, operate irrigation systems, pick and dispose of green debris and leaves, weed control and seasonal lawn treatment, storm clean-up & special/additional services. Improved Areas. These areas are the developed areas of the installation and will require an intensive level of maintenance. The work performed in these areas by the Contractor shall include mowing grass, edging and trimming grass, removing grass trimmings from paved areas, servicing landscaped beds, irrigating as necessary, applying fertilizer/weed control product or herbicide to lawn or landscape areas in accordance with hazards/toxics minimization and integrated pest management (IPM) requirements, servicing plants, shrubs, and flowers, performing seasonal planting of plants and flowers, removing leaves and debris, removing/applying mulch, pruning trees, removing grass from cracks in sidewalks, curbs/gutters and paved surfaces. Semi-Improved Areas. These will generally be areas of the installation used for operational and maintenance purposes. The purpose of the grounds maintenance of the semi-improved areas will be predominantly erosion control, dust control, bird control in accordance with IPM requirements, the Migratory Bird Treaty Act and other applicable laws, and in coordination with DPW Fish and Wildlife Program, and clear visibility. This will include grassed areas, vegetated areas, trees, and paved surfaces. Contractor work performed in these areas shall include mowing or cutting grass/vegetation, trimming, tree pruning or tree removal coordinated with DPW Forestry Program. Unimproved Areas. Unimproved areas are acreage on which periodic recurring maintenance is performed. Activities include mowing for life, health, safety, security, weed and brush control in accordance with IPM and hazards/toxics minimization requirements, erosion control, dust control, and drainage maintenance. These areas may include but are not limited to perimeter fences, antenna fields, airfield shoulders, clear zones, drop zones and ranges. 2. The solicitation will result in the award of one (1) single fixed-price requirements contract. The applicable NAICS code is 561730, Landscaping Services and the small business size standard is $7.5 million. This procurement will be set aside for Service Disabled Veteran Owned Small Business operating nationwide, who provides the best value to the Government. 3. The anticipated contract period of performance is as follows: Phase-In 15 August 2017 to 31 August 2017 Base Year- 01 September 2017 to 31 March 2018 1st Option Period- 01 April 2018 to 31 March 2019 2nd Option Period- 01 April 2019 to 31 March 2020 4. The Government will not honor telephonic requests for the solicitation. When issued, the solicitation will be available via the FedBizOpps website, http://www.fbo.gov/. The tentative solicitation issue date is on or about 12 June 2017 and the anticipated closing date is on or about 29 June 2017. Interested offerors shall consult the actual solicitation for final dates and times. 5. The Government will consider bids/proposals from all capable and responsible sources. Firms offering a response to this notice should ensure that they have registered in the System for Award Management (SAM) database, https://www.sam.gov/, and ensure that the applicable NAICS code 561730 is included in the SAM profile prior to submission of bids/proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52173b45bcf3ea2055048420e3575422)
 
Place of Performance
Address: Joint Base Lewis-McChord, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04515082-W 20170521/170519234132-52173b45bcf3ea2055048420e3575422 (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.