Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

S -- Grounds Maintenance Services at Mechanicsburg, PA

Notice Date
2/16/2023 4:09:21 PM
 
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
N40085-23-R-2625
 
Response Due
3/3/2023 11:00:00 AM
 
Point of Contact
VALERIE NORRIS, Phone: 7573410087, Pamela Waller, Phone: 7573411581
 
E-Mail Address
valerie.norris@navy.mil, pamela.waller@navy.mil
(valerie.norris@navy.mil, pamela.waller@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION SYNOPSIS FOR SOLICITATION N40085-23-R-2625 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 an Indefinite Delivery, Indefinite Quantity (IDIQ), Performance-Based contract with both Recurring and Non-Recurring Services to provide Grounds Maintenance Services at Mechanicsburg, PA. � Grounds Maintenance and Landscaping The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide grounds maintenance and landscaping services located at the Naval Support Activity, Mechanicsburg, PA.� Services include, but are not limited to, mowing and trimming, edging, irrigation systems maintenance within installation grounds parcels designated as improved, semi-improved and unimproved areas. Weed control is limited to application of herbicides. The work identified is to be provided by means of a Facility Support, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with recurring and non-recurring work. 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 Prices 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 then evaluate the technical factors of the lowest priced proposal.� The Navy will 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 non-price 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:� A grounds maintenance and landscaping service contract with a yearly value of at least $800,000.00 for recurring services.� If an Offeror intends to submit work completed\issued off an Indefinite Quantity/Indefinite Delivery (IDIQ) contract as a qualifying project, the Offeror is limited to submitting the IDIQ contract itself. The board will not consider or evaluate any task orders whether submitted individually or collectively. Scope:� Offeror must have provided all labor, management, supervision, tools, material, equipment and other items necessary to provide grounds maintenance and landscaping services:� lawn maintenance, vegetation removal, mowing and trimming, edging, irrigation systems maintenance and other services as defined in the RFP.� Complexity:� Offeror must have been responsible for responding simultaneously to requirements for several customers or installations and supporting annexes. 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 four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) 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) is NAICS Code is 561730, size standard $9.5 million. The proposed procurement will be solicited as a competitive Total Small Business Set-Aside procurement. The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the SAM.GOV website on or about 3 March 2023. 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 Valerie Norris (Valerie.norris@navy.mil) 10 days prior to the RFP due date. The site address is https://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 SAM.GOV 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 have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/360bbb8f986145b596253a249aebf1b3/view)
 
Place of Performance
Address: Mechanicsburg, PA, USA
Country: USA
 
Record
SN06593665-F 20230218/230216230113 (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.