Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2017 FBO #5677
SOLICITATION NOTICE

S -- Grounds Maintenance and Pest Control Support Services for NASA Langley Research Center

Notice Date
6/7/2017
 
Notice Type
Presolicitation
 
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
NNL117608444E
 
Point of Contact
sharon hare, Phone: 7578642409
 
E-Mail Address
sharon.v.hare@nasa.gov
(sharon.v.hare@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
NASA Langley Research Center (LaRC) plans to issue an Invitation for Bid (IFB) for Grounds Maintenance and Pest Control Support Services. NASA/LaRC has a requirement to obtain grounds maintenance and pest control services for facilities located at NASA/LaRC and NASA buildings located on the adjacent Langley Air Force Base, Hampton, Virginia. The Contractor shall furnish all supervision, qualified personnel, administrative services, equipment, materials, supplies, and transportation necessary to provide ground maintenance and pest control support. This requirement is 100% Set-Aside for Competition among firms certified by the Small Business Administration as 8(a) Small Businesses. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. The NAICS Code and Size Standard are 561730 and $7M, respectively. The contract type will be Firm Fixed Price (FFP) with an Indefinite Quantity Indefinite Delivery (IDIQ) CLIN, to have the ability to issue FFP Task Orders. The anticipated release date of the IFB is on or about June 30, 2017 with an anticipated offer due date for bids on or about August 1, 2017. A Pre-Bid Conference is scheduled to be held on or about July 11, 2017. Registration information for the Conference will be included in the IFB. In accordance with the below clause 52.204-92, currently, federal agencies cannot accept a driver's license from the following states as an official form of identification. This was effective in January and is the result of the states not being compliant with the REAL ID Act of 2005. • Maine • *Minnesota • Missouri • Montana • *Washington *Note: NASA Langley will allow entry to visitors from Minnesota and Washington who present an enhanced driver's license. REQUIREMENTS FOR ACCESS TO NASA LANGLEY RESEARCH CENTER (LaRC 52.204-92) (AUG 2014) (a) Visitors seeking entry to NASA Langley Research Center using a state-issued driver's license or state-issued personal identification card are advised that identification documents must be compliant with the REAL ID Act of 2005, Public Law 109-13. Information on the REAL ID Act of 2005, Public Law 109-13, requirements can be found at: http://www.dhs.gov/real-id-public-faqs. Questions concerning REAL ID can be forwarded to the NASA Langley Badge and Pass Office via email at LaRC-RealId@mail.nasa.gov (b) A state-issued ID that is non-compliant with the REAL ID standards cannot be used for access to the Center. A list of non-compliant forms of state identification can be found in the PDF document titled "REAL ID Enforcement in Brief" located at: http://www.dhs.gov/publication/real-id-enforcement-brief (c) The following alternate forms of identification are accepted for NASA LaRC access: (1) Federal employee badges, (2) Passports, (3) Military identification cards, (4) Enhanced Driver's Licenses, (5) U.S. Coast Guard Merchant Mariner Card, (6) Native American tribal document, (7) School identification accompanied by an item from List C (Documents that Establish Employment Authorization) from the "List of the Acceptable Documents" on Form I-9, which can be found at: http://www.uscis.gov/i-9- central/complete-correct-form-i-9. (d) Visitors without acceptable identity documents require an escort at all times while on the NASA Langley Research Center. All responsible 8(a) certified small business sources may submit an offer which shall be considered by the agency. The period of performance for this contract will include a 12 month base period, with four 12 month option periods. The solicitation and any documents related to this procurement will be available via the internet on the Federal Business Opportunities (FBO) website at the following address: https://www.fbo.gov/. Prospective offerors shall notify this office of their intent to submit an offer. Failure to submit a notice of intent does not preclude offerors from submitting a bid.   It is the offeror's responsibility to monitor the FBO site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All interested parties must be registered with the System for Award Management (SAM), have a DUNS number, and a Tax ID number. All contractual and technical questions must be submitted in writing via e-mail only to Ms. Sharon Hare at sharon.v.hare@nasa.gov. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL117608444E/listing.html)
 
Place of Performance
Address: NASA Langley Research Center, Hampton, Virginia, 23681, United States
Zip Code: 23681
 
Record
SN04536469-W 20170609/170607235521-0a11a7470b1a5ac5317aa948c02c2b44 (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.