Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

S -- Regional Grounds Maintenance and Landscaping Services Hampton Roads AOR

Notice Date
11/25/2020 6:41:07 AM
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0148
 
Archive Date
01/01/2021
 
Point of Contact
Ebonie Robinson, Phone: 7573411663, Amanda Bricker, Phone: 7573410135
 
E-Mail Address
ebonie.robinson@navy.mil, amanda.bricker@navy.mil
(ebonie.robinson@navy.mil, amanda.bricker@navy.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Recurring and Non-Recurring services to provide Grounds Maintenance and Landscaping Services at Joint Expeditionary Base Little Creek- Fort Story, Virginia Beach, Va., and Naval Weapons Station Yorktown, Yorktown, Va. GENERAL WORK REQUIREMENTS: The contractor will be required to furnish all labor, management, supervision, tools, materials, and equipment required to provide grounds maintenance and landscaping services located at Joint Expeditionary Base Little Creek- Fort Story, Virginia Beach, Va., and Naval Weapons Station Yorktown, Yorktown, Va. The intent of this contract is to perform Grounds Maintenance and Landscaping Services. The work includes mowing, trimming, edging, trash and debris removal, aeration, de-thatching, fertilization, irrigation systems operation and maintenance, tree maintenance, tree control, vegetation and weed control within the installation and other services required as by the RFP. The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Recurring and Non-Recurring services. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable (LPTA) Method. In order to permit efficient competition, the Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price (lowest price to highest price). The Navy will utilize the following methodology: Proposals will initially be screened for price and placed in order of price, from lowest priced to highest price.� The Navy will then evaluate the technical factors of the lowest priced proposal. The Navy will make award to the Lowest Priced Technically Acceptable proposal.� However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal. Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy. If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range.� Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered. The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:� Factor 1 � Technical Approach/Management, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance.� NOTE:� Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: The Offeror shall submit projects� that are similar in size, scope and complexity to the solicitation.� Size:� An operating/maintenance service contract with a cumulative value of at least�$1,200,000.00�or greater per year.�Indefinite�Quantity / Indefinite Delivery values for infrequent work will not be considered similar in size.� Scope:��Demonstrate the ability to�provide all labor, management, supervision, tools, materials and equipment for�grounds maintenance and landscaping services.�Services include mowing, trimming, edging, trash and debris removal, aeration, de-thatching, fertilization, irrigation systems operation and maintenance, tree maintenance, tree control, vegetation and weed control within the installation and other services as �required by the RFP. Complexity:� Demonstrate the ability to�provide�qualified personnel, technical knowledge, experience and skills required to efficiently provide grounds maintenance and landscaping services.�In addition, demonstrate the ability to manage competing priorities in order to support customer demands.� NOTE: Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Offers shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months.� The contract will be for a base period with 4 one-year option periods, which, cumulatively, will not exceed sixty months.� The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) code is 561730, the size standard is $8 Million.� The proposed procurement listed herein is restricted to Women Owned Small Business concerns.� The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta SAM website around 15 December 2020.� The estimated proposal due date shall be at least 30 days after the RFP is posted. (Contractors - Technical inquiries must be submitted in writing to Ebonie Robinson (ebonie.robinson@navy.mil ) 10 days prior to the RFP due date.� The site address is https://beta.sam.gov .� Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/ ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e605fa502374443d86c543d0dafc543f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05861165-F 20201127/201125230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.