Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2021 SAM #7057
SOURCES SOUGHT

S -- Regional Grounds Maintenance and Landscaping Services at Naval Air Station Oceana (NASO) and Norfolk Naval Shipyard (NNSY)

Notice Date
3/24/2021 7:51:08 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R2573
 
Response Due
4/8/2021 2:00:00 PM
 
Archive Date
04/23/2021
 
Point of Contact
Brandi Upton, Phone: 7573410075
 
E-Mail Address
brandi.upton@navy.mil
(brandi.upton@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation or specifications available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic is seeking Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel and capability to perform the proposed services.� Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.� A Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services is anticipated. The total contract term, including the exercise of any options, shall not exceed sixty (60) months. Source selection procedures will be used to evaluate and select the proposal that provides best value to the Government.� The contractor shall provide all labor, management, supervision, tools, materials, and equipment required to provide Grounds Maintenance and Landscaping Services at Naval Air Station Oceana, Virginia Beach, VA and Norfolk Naval Shipyard, Portsmouth, VA. General Work Requirements:� The intent of Annex 15 Facilities Support- Sub-Annex 1503050 Ground Maintenance and Landscaping is to specify the requirements related to the cleaning of facilities. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform grounds maintenance and landscaping services at Naval Air Station Oceana, Virginia Beach, VA and Norfolk Naval Shipyard, Portsmouth, VA. Grounds maintenance requirements consist mainly of services related to lawn maintenance, vegetation removal, and debris removal within installation grounds parcels designated as improved, semi-improved and unimproved areas.� Services include, but are not limited to, mowing and trimming, edging, irrigation systems maintenance.� Weed control is intended to be primarily accomplished by application of herbicides. All Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. The appropriate NAICS code is 561730, size standard $8 million.� It is requested that interested parties submit a brief capabilities package, not to exceed five (5) pages. This capabilities package shall address, at a minimum, the following: Examples of projects worked within the last five (5) years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the are of responsibility (AOR). Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. Size:� A Facility Investment Grounds Maintenance service contract with a yearly value of at least $870,000 for recurring services. Non-Recurring values for infrequent work will not be considered similar in size. Scope:� Demonstrate the ability to provide all labor, management, supervision, tools, material, and equipment required to provide Grounds Maintenance and Landscaping Services to ensure a sightly appearance.� Demonstrate ability to perform grounds maintenance and landscaping services related to lawn maintenance, vegetation removal, and debris removal within installation grounds parcels designated as improved, semi-improved and unimproved areas.� Services include, but are not limited to, mowing and trimming, edging, irrigation systems maintenance, storm drainage system maintenance.� Weed control is intended to be primarily accomplished by application of herbicides. Complexity:� Demonstrate the ability to respond simultaneously to service calls (routine and urgent, and emergency) and maintenance requirements for various locations and buildings throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), DUNS number, and CAGE code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, or certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be submitted electronically.� Please email to brandi.upton@navy.mil.� Responses must be received no later than 5:00 PM Eastern Time on 08 April 2021. LATE RESPONSES WILL NOT BE ACCEPTED. Questions regarding this Sources Sought Notice may be addressed to Brandi Upton at the above email or via telephone at (757) 341-0075.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9b9992b1480e4b14a1981c73eb5bf4b2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05952717-F 20210326/210324230120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.