Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2017 FBO #5791
SOLICITATION NOTICE

99 -- Landscaping and Related Services

Notice Date
9/29/2017
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
EQ5PSS1F-17-0023
 
Point of Contact
Kendrall Masten, Phone: 312-385-3052, Kimberly R Bogan-ridley, Phone: 312-353-4221
 
E-Mail Address
kendrall.masten@gsa.gov, kim.bogan-ridley@gsa.gov
(kendrall.masten@gsa.gov, kim.bogan-ridley@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The contractor shall provide the management, supervision, manpower, equipment and supplies necessary to provide landscaping maintenance services as described herein. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). Throughout this specification, the words “locations” and/or “buildings” appear and they both imply the same locations #1 - #9 as noted below. All work under this contract is expected to commence (weather permitting) around March 1, 2018. The Contractor’s Project Manager shall be on-site weekly during the first year’s performance of services. The Government expects that this will be during the growing season which historically has been defined as April 15 – October 15 of each year. This is also the mowing season for buildings #6, #7 and #8. This may shift a bit earlier or later each year depending on weather. The Government expects a strong weekly presence during this time period from the Contractor’s Project Manager partnering with the Contracting Officer Representative to ensure satisfactory project implementation. After approximately October 15 of the 1st base contract year until approximately April 15 of the following year, any on-site presence from the contractor requested and authorized by the Government would be reimbursed using Section “B” man hour pricing. The new planting schemes for all buildings shall be composed of all plants suitable for USDA Hardiness zone 5 and will contain as many native varieties possible of (bulbs – for early spring and summer color and texture, low flowering shrubs – for spring/summer/fall color and fill in, low growth evergreens/junipers – as appropriate, ground covers – as appropriate for fill in, grasses – as appropriate for fill in and fall/winter interest, sedges – same as grasses, etc.) appropriate for each landscaped location at the buildings listed. If you are an Ability One Program (formerly the Javits-Wagner-O’Day Program) contractor, please include any Ability One requirements in your offer. This is a Full and Open procurement. For your information, the North American Industry Classification System (NAICS) code for this procurement is 561730. The Small Business Size Standard is $7.5 Million. This is a negotiated best value procurement. Proposals will be evaluated on price and past performance. GSA is issuing the solicitation electronically only. It will be available on or about October 16, 2017. The solicitation will be available for download through the Federal Business Opportunities (FBO)(fedbizopps.gov) website. All interested vendors must be registered with this website in order to download the solictation and amendments. Offerors will be responsible for downloading the solicitation and for monitoring FBO for amendments and/or additonal information. All responsible business sources may submit a proposal, which shall be considered by the agency. Any questions regarding this notification should be directed to the Contracting Specialist, Kendrall Masten, at kendrall.masten@gsa.gov and/or Contracting Officer, Kimberly Bogan-Ridley, at kim.bogan-ridley@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4d2026a050e4320cf89bbc4eb94d8601)
 
Place of Performance
Address: There are nine locations:, Location 1: Dirksen Courthouse, 219 S. Dearborn St., Chicago, IL 60604, Location 2: JCK Federal Building, 230 S. Dearborn St., Chicago, IL 60604, Location 3: Metcalfe Building, 77 W. Jackson Blvd, Chicago, IL 60604, Location 4: Federal Parking Facility, 450 S. Federal St., Chicago, IL 60605, Location 5: Federal Building, 536 South Clark Street, Chicago, IL 60605, Location 6: U.S. Customhouse, 610 South Canal Street, Chicago, IL 60607, Location 7: Motor Pool, 701 South Clinton Street, Chicago, IL 60607, Location 8: Federal Archives & Records Center, 7358 S. Pulaski Rd. Chicago, IL 60629, Location 9: Federal Building, 11 West Quincy, Chicago, IL 60604, Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN04700794-W 20171001/170929231507-4d2026a050e4320cf89bbc4eb94d8601 (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.