Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2023 SAM #7757
SOURCES SOUGHT

S -- Grounds Maintenance Services

Notice Date
2/20/2023 8:36:24 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FA5587 48 CONS APO AE 09461-5120 USA
 
ZIP Code
09461-5120
 
Solicitation Number
FA558723R0002
 
Response Due
3/6/2023 9:00:00 AM
 
Point of Contact
Ms. Kim Baker, Phone: +441638 521223
 
E-Mail Address
kim.baker.3.gb@us.af.mil
(kim.baker.3.gb@us.af.mil)
 
Description
REQUEST FOR INFORMATION 48th CONTRACTING SQUADRON (USAFE) FA558723R0002 Subject: �������� Request for Information (RFI) � Grounds Maintenance Services NAICS Code: 561730 � Landscaping Services GENERAL INFORMATION Description: The 48th Contracting Squadron (48 CONS) at Royal Air Force Lakenheath, United Kingdom, seeks feedback from companies/entities capable of providing Grounds Maintenance Services. The Contractor would be required to provide Grounds Maintenance Services for multiple geographically separated United States Visiting Forces bases throughout the United Kingdom (UK). The scope would also include but is not limited to: maintaining grounds; mowing, edging, trimming and weed control; remove debris/police grounds; dead animals and leaf removal; lawn conditioning; fertilization, and aeration; pest control; lawn renovation; Prune shrub, hedges and other plants; maintaining semi-improved grounds; mow, and trim; maintaining perimeter fence line; maintain Bird Area Strike Hazard (BASH) areas; maintain un-improved grounds; maintain surface drainage ditches, and perform snow/ice removal and ice control services. NOTE: The Performance Work Statement (PWS) provided in this RFI is a draft PWS only, and is subject to change prior to the release of a formal solicitation. General Information: THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. Transfer of Undertakings, Protection of Employees (TUPE) may apply to any subsequent contract action. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industry�s input to determine the availability of qualified sources with the technical capability to fulfill the Grounds Maintenance Services requirement. No contract awards will be made from this notice and no solicitation is available on SAM or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party�s expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this RFI. Respondents will not be notified of the responses to this notice. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All responses will be used in whole or in part for determining the most effective acquisition strategy for future Grounds Maintenance acquisitions or similar requirements. Requested information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Response Guidelines: All responses to this RFI must be provided as an attachment in an e-mail message addressed to the Point of Contact (POC), below with the subject line �Response to RFI - Grounds Maintenance Services�. Only electronic responses will be accepted. Responses submitted by any other means will not be considered. The deadline for response to this notice is 17:00 GMT, 6 March 2023. Requested Information: The following is requested from interested vendors; 1. Please indicate if your company is willing/able to provide Grounds Maintenance Services, or if there are any reasons that prevent your company from providing a quote/proposal should a formal solicitation be issued. 2. Please provide brochures/descriptive literature including a capability statement commonly provided to the general public; if available, please provide your Unique Entity ID or CAGE Code information. 3. Based upon the attached draft PWS, are there any aspects that are unclear and/or unachievable in accordance with commercial industry standards? 4. How could the government revise this requirement to better mirror commercial industry standards? 5. Based upon the attached draft PWS, are there any commercial practices including accreditations, insurances, certifications, or licenses that are required for performance within industry for Grounds Maintenance Services? 6. Please identify and provide cost driver information that may affect performance of Grounds Maintenance Services. 7. Please indicate if your company is able/willing to price for a contract with an extended performance period of up to a maximum of 10 years, or if there are any reasons preventing pricing for this duration. 8. Please indicate if a longer transition period other than 60 days would be required for mobilization, in order for performance to commence 1 April 2024. Please submit a written response via scan/email-attachment on company letter head to Ms. Kim Baker at kim.baker.gb@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4e0f2942425457eb4f39de64ccd2187/view)
 
Place of Performance
Address: GBR
Country: GBR
 
Record
SN06595848-F 20230222/230220230104 (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.