Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2024 SAM #8346
SOURCES SOUGHT

S -- Utility Tree Trimming Services

Notice Date
10/1/2024 6:06:59 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2861
 
Response Due
10/11/2024 11:00:00 AM
 
Archive Date
10/26/2024
 
Point of Contact
Christine BRIGGS, Phone: 7573410090
 
E-Mail Address
christine.t.briggs2.civ@us.navy.mil
(christine.t.briggs2.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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, specifications, or drawings 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 Systems Command Mid-Atlantic (NAVFAC MIDLANT) Contracting is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. 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, Firm-Fixed Price (FFP)/Indefinite Delivery, Indefinite Quantity (IDIQ), contract with non-recurring work service is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Regional Electric Utility Tree Trimming and Ground Clearing Services �at the Norfolk Naval Shipyard, Portsmouth, Virginia, Portsmouth Naval Hospital, Portsmouth Virginia, St. Julians Annex, Portsmouth Virginia, Little Creek Naval Amphibious Base, Virginia Beach, Virginia, Oceana Naval Air Station, Virginia Beach, Virginia, Dam Neck Annex, Virginia Beach, Virginia, Yorktown Weapons Station, Cheatham Annex, Williamsburg Virginia, and at sites located within a 50 mile radius of the listed sites. General Work Requirements: 1503050 � Grounds Maintenance and Landscaping: The Contractor shall provide all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary for the following: The intent of 1503050 Grounds Maintenance and Landscaping is to specify the requirements related to tree maintenance and removal and removal of vegetation and debris.� This work requirement shall occur in or adjacent to utility line clear zones and within installation grounds parcels. Services shall include tree trimming and removal, stump grinding, and removal of brush and vegetation removal. Application of herbicides to kill actively growing vegetation and to slow the regrowth of vegetation may be required to achieve vegetation control. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, 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.� All qualified firms are encouraged to respond. The appropriate NAICS Code is 561730, size standard $9.5 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: � �(1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the 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: Experience providing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide Regional Electric Utility Tree Trimming and Ground Clearing Services as defined in the RFP.� The Offeror shall demonstrate the required experience totaling at least $500,000.00, either on one contract or collectively over multiple contracts, over the past five years. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI) 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, and 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. Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to christine.t.briggs2.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 11 October 2024. Questions regarding this sources sought notice may be emailed to Christine T. Briggs at christine.t.briggs2.civ@us.navy.mil or via telephone at (757) 341-0090.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e7706fc2fe6946809901545a5a9d76d4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07230380-F 20241003/241001230111 (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.