Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2019 FBO #6389
SOURCES SOUGHT

S -- GROUNDS MAINTENANCE AND SNOW REMOVAL AT THE NAVAL SUPPORT ACTIVITY, CRANE, INDIANA AND GLENDORA TEST FACILITY, SULLIVAN, INDIANA

Notice Date
10/24/2018
 
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
11/2/2018
 
Archive Date
7/1/2019
 
Point of Contact
Annette Taylor, e-mail: annette.taylor1@navy.mil, phone: 812-854-2673
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008519R7702; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for a combination firm fixed price/indefinite delivery indefinite quantity (FFP/IDIQ) contract for grounds maintenance at the Naval Support Activity, Crane, Indiana and Glendora Test Facility, Sullivan, Indiana. The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform all work associated with grounds maintenance services in accordance with all applicable federal, state, and local laws, and regulations. Services are required to 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, and snow and ice removal on sidewalks, building entrances, and identified parking lots. The contract term will be a base period of insert base period of 12 months plus four 12-month option periods. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This contract will replace a contract for similar services awarded in 2014 was awarded for $1,198,350.00 (firm-fixed price portion for the base period) and a maximum of $12,534,274.00 (includes firm-fixed price portion and indefinite quantity portion for the entire 60-month period). 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 Applicable NAICS Code for this solicitation is 561730 Landscaping Services. The Small Business Size Standard is $7,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 50 percent of the cost of the contract, not including the cost of materials, with its own employees. Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HUBZone concerns, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region V contractor, HUBZone concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc. Anticipate the solicitation will be released on or about 26 November 2018 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. 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. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor1@navy.mil. Responses may be submitted under Solicitation Number N4008519R7702 via e-mail to: annette.taylor1@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 p.m. (EDT) on Friday, 02 November 2018. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-OCT-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-MAY-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/63d06264e1d34f816a33edcadbb3fabe)
 
Place of Performance
Address: 300 Highway 361 Naval Support Activity , Crane, IN
Zip Code: 47522
Country: US
 
Record
SN05316824-F 20190522/190520230012 (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.