Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2019 FBO #6301
SOLICITATION NOTICE

S -- GROUNDS MAINTENANCE SERVICES AT NAVAL SUPPORT ACTIVITY (NSA), CRANE AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA

Notice Date
2/21/2019
 
Notice Type
Synopsis
 
NAICS
561730 — Landscaping Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, PWD CRANE FEAD 300 Highway 361 NSA Bldg 2516 Crane, IN
 
ZIP Code
47522
 
Solicitation Number
N4008519R7702
 
Response Due
4/8/2019
 
Archive Date
8/22/2019
 
Point of Contact
ANNETTE TAYLOR 812-854-2673 CARRIE GRMARD 812-854-6641
 
Small Business Set-Aside
Total Small Business
 
Description
RFP #N4008519R7702, GROUNDS MAINTENANCE SERVICES AT NAVAL SUPPORT ACTIVITY (NSA), CRANE AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING AT THE FOLLOWING WEBSITES: https://www.neco.navy.mil. The official plan holders list will be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR ™S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Annette Taylor via e-mail at annette.taylor1@navy.mil. It is the Government ™s intent to utilize the contract resulting from this solicitation to accomplish Basewide Grounds Maintenance Services. The resulting contract will be a combination firm-fixed price (FFP) and indefinite delivery/indefinite quantity (IDIQ) type contract. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility at Sullivan Indiana. It is the intention of this solicitation to provide all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with grounds maintenance services in accordance with all applicable federal, state, and local laws, and regulations. The following is a brief description of required services: Maintain/mow 200 acres of lawn areas and 30 cemeteries; 400+ miles of road right of way and associated areas, 1700 + magazines, 60 miles of boundary fence right of ways, miscellaneous utility line right of ways and 140 miles of railroad right of way. Services also include weed control for parking lots, buildings, substations, riprap, removal of fallen trees from road right of ways and maintained areas, snow and ice removal on sidewalks and building entrances and parking lots. The Glendora Test Facility is located approximately 60 miles northwest of NSA Crane. The proposed solicitation will contain provisions for a 12-month base period plus four 12-month option periods, to be exercised at the Government ™s discretion. The NAICS Code for this solicitation is 561730 Landscaping Services. The Small Business Size Standard is $6.5 million. Low Price-Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals. Technical evaluation factors will be identified in the solicitation package and may include but are not limited to past performance, experience, and safety. This contract will replace a contract for similar services awarded in 2014 for $6,174,325.00 (firm-fixed price portion) and $6,359,949.00 (indefinite quantity estimate/maximum). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. A sources sought notice (N4008519R7702) for this procurement was posted on 24 October 2018 on NECO and FBO, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to issue this solicitation as a 100% small business set-aside. The NAVFAC Mid-Atlantic small business office concurs with this decision. Approximate release date is 08 March 2019 with proposals due no earlier than 30 calendar days after the actual release date. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/4c7904a9b7a6b3f369876842b1fcedde)
 
Place of Performance
Address: 300 HIGHWAY 361 , CRANE, IN
Zip Code: 47522
Country: US
 
Record
SN05228135-F 20190223/190221230014 (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.