Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SOURCES SOUGHT

99 -- JSC Grounds Maintenance and Pest Control Services III Combined Request for Information/Sources Sought

Notice Date
10/17/2022 3:39:19 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
GMAPS_III_RFI_SS
 
Response Due
7/15/2022 2:00:00 PM
 
Archive Date
01/31/2023
 
Point of Contact
Natasha J. King, Natasha King
 
E-Mail Address
larc-gmapsiii@mail.nasa.gov, natasha.j.king@nasa.gov
(larc-gmapsiii@mail.nasa.gov, natasha.j.king@nasa.gov)
 
Description
National Aeronautics and Space Administration/Langley Research Center (NASA/LaRC) is issuing this combined Request for Information (RFI)/Sources Sought (SS) to post a draft Statement of Work (SOW) for the Johnson Space Center (JSC) Grounds Maintenance and Pest Control Services III (GMAPS III) follow-on procurement to solicit responses from interested firms.�This notice is issued for information and planning purposes, intended to provide industry the opportunity to verify and provide input regarding the reasonableness and feasibility of the current contract structure and SOW requirements.� In addition, input from interested parties (both primes and subcontractors) will allow NASA/LaRC to assess the capabilities of industry to meet the JSC GMAPS III requirements, foster partnering among interested firms, and to promote competition. As part of NASA/LaRC�s efforts, this RFI notice is issued to identify interested sources (prime and subcontractors) and to seek capability statements from interested firms to identify sources capable of satisfying NASA/LaRC�s requirements.� This includes all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government.� This information will be considered for the purposes of determining the appropriate level of competition and/or small business and HBCU/MSI subcontracting goals for JSC GMAPS III. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. The current JSC GMAPS II is a Firm-Fixed Price contract with a three-year period of performance, ending on November 30, 2022. The Indefinite Delivery Indefinite Quantity (IDIQ) CLIN is also Firm-Fixed Price. It is the intent of NASA to extend the current contract an additional six-months, through May 31, 2023. The contract supports JSC, Ellington Field (EF), Sonny Carter Training Facility (SCTF), and JSC Barge Dock Facility in areas of grounds maintenance services. Ground maintenance services consists of maintenance and care of lawn, trees, landscaped areas, ponds and turf irrigation systems, pest control, animal control services, miscellaneous grounds support services. INSTRUCTIONS FOR CAPABILITY STATEMENTS: Interested firms having the required capabilities to meet the GMAPS III requirements described herein are provided the opportunity to submit a capability statement and provide additional input in this RFI/SS of no more than 5 pages. �Specifically indicate your interest in performing as a prime and/or subcontractor and provide specific details that would demonstrate your firm�s ability to perform all aspects of the effort (See the draft GMAPS III SOW provided for information purposes only). Section 1: Provide the following information regarding your firm: (a) CAGE Code, name and address of firm, point of contact (including phone number and email), size of business, average annual revenue for past 3 years and average number of employees for last 3 years; (b) type of business and number of years in business: indicate large, small, small disadvantaged, 8(a), women-owned, veteran-owned, service-disabled-veteran owned, HUBZone small businesses, and Historically Black Colleges and Universities/Minority Institutions; (c) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor); and (d) Indicate if your interest is as a potential prime contractor or subcontractor. Specifically, indicate if your firm DOES NOT�wish to be placed on an Interested Sources List.� If a firm does not object to being on the GMAPS III Interested Sources List, NASA/LaRC will post the company�s name and POC information on sam.gov to foster partnering and subcontracting.�There is no requirement to be on the interested sources list to participate in the future. �Interested firms may also add their information using the sam.gov �Interested Vendors� function for this acquisition/procurement. Section 2: Provide answers to the following nine questions using the draft SOW and Historical Workload Table that is provided. In order to support your answers to the below question also provide a list of no more than three (3) contracts performed within the past three (3) years and provide the applicable contract number, contract type, dollar value NAICS code, and procurement and technical point of contract (email address and phone number). Does your firm have the capability to provide large scale grounds maintenance on a military installation or similar campus with multiple facilities with diverse administrative and industrial operations? Are you able to satisfy the safety and environmental regulations in accordance with the Statement of Work, along with local and state regulations? Is your company able to provide services at the place of performance; Houston; Texas? Does your company have experience working with a Collective Bargaining Agreement (CBA)? Are there any services identified in the draft SOW that your company cannot provide? Does your company have measures in place to ensure groundskeepers are performing to company standards and the requirements stated in the draft SOW? Have you performed similar services at a location with grounds covering the approximate acreage in the attached Historical Workload Table? Does your firm have the management infrastructure and capacity to procure and manage the level of effort associated with this requirement? Would your company have accomplish the pest control services using a subcontractor or in-house services? Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. Separate from the capability statement and associated page limit identified above, NASA/LaRC is also seeking input form industry in support of NASA�s commitment to Diversity, Equity, Inclusion, and Accessibility (DEIA) and Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA/LaRC is seeking input to advance DEIA and remove barriers for members of underserved communities related to this requirement.� Interested firms are highly encouraged to gain a full understanding of the EO and NASA�s strategic plans to meet the EO.� The following is provided for reference only https://www.nasa.gov/press-release/nasa-launches-mission-equity-seeks-public-input-to-broaden-access.� Input is sought for strategies to advance DEIA which includes, but not limited to: To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? What other recommendations would you make to enhance diversity and inclusion? What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? Estimated Award date for this contract is on/about February 1, 2023. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. With the exception of the Interested Sources List that the government does intend to post on sam.gov unless a firm indicates otherwise, NASA/LaRC will not affirmatively release any information received in response to this RFI/SS to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Any information submitted in response to this RFI/SS that is marked as �Confidential Commercial or Financial Information� will be considered as voluntarily submitted in accordance with the Freedom of Information Act. No solicitation exists; therefore, do not request a copy of a solicitation. If additional information is released it will be available on www.sam.gov. It is the interested firm�s responsibility to monitor this website for the release of information, synopsis, and/or solicitation. Potential offerors will be responsible for downloading their own copy of all information.� Interested firms are encouraged to select �Follow� in SAM.GOV for the posting of this acquisition/procurement to receive updates and changes. All responses should be directed to the point of contact identified below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract on the basis of this RFI/SS. NASA will not pay for any information solicited under this RFI/SS. Although NASA LaRC will consider all information provided by potential sources, respondents will not be notified of the results of the review. Responses shall be submitted in writing, via email, to Natasha J. King at larc-gmapsiii@mail.nasa.gov and cc: natasha,j,king@nasa.gov.� Please reference �GMAPS III RFI-SS� in any response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0603cb0f0b2b495ba92fefb002a0b776/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN06495457-F 20221019/221017230054 (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.