Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

S -- TREE TRIMMING AND REMOVAL SERVICES AT VARIOUS NAVAL FACILITIES LOCATED IN POINT LOMA AND SAN DIEGO, CALIFORNIA

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-D-3609
 
Response Due
6/15/2004
 
Point of Contact
michelle crook, contract specialist, Phone (619) 532-1949, Fax (619) 532-3358, - michelle crook, contract specialist, Phone (619) 532-1949, Fax (619) 532-3358,
 
E-Mail Address
michelle.crook@navy.mil, michelle.crook@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. N68711-04-D-3609, TREE TRIMMING AND REMOVAL SERVICES AT VARIOUS LOCATIONS IN POINT LOMA AND SAN DIEGO, CALIFORNIA, is issued as a Request for Proposal (RFP) and will be a single award contract. This solicitation is 100% set aside for Small Businesses. The North American Industry Classification System (NAICS) code is 561730 and the size standard is $6 million dollars. The solicitation document, incorporated provisions, and clauses are those in effect through FAR Circular 01-23. This solicitation incorporates FAR 52.212-1, 52.212-2, 52.212.3, 52.212.4, and 52.212-5, and are attached to the solicitation. The following factors will be used to evaluate offers: FACTOR 1: KEY PERSONNEL, Offerors will be evaluated based on demonstrated knowledge and experience of their proposed Arborist. For each Arborist, offerors should identify the Arborist by name and provide information demonstrating whether and/or to what extent the proposed Arborist is an American citizen knowledgeable of, and experienced in the profession of Arboriculture who, through experience, education, and related training, possesses the competence to provide for or supervise the management of trees and other woody plants. For each proposed Arborist, offerors should provide copies of any certifications received from the International Society of Arboriculture (ISA). FACTOR 2: PAST PERFORMANCE, Provide a list of up to 10 contracts the offeror completed during the past three years preceding the initial closing date of the RFP, and a list of all contracts currently being performed by the offeror, that are similar in size and complexity to the solicited contract. Contracts listed may include those the contractor entered into with the Federal Government, agencies of state and local governments, or commercial customers. Use the enclosed Attachment #3 to provide requested relevant information for each contract listed. Evaluation of past performance will often be subjective. The evaluation of past performance will include the contractor?s history of reasonable and cooperative behavior, commitment to customer satisfaction, record of conforming to applicable law and industry standards (i.e., Service Contract Act Wage Determinations/Industry Standards A300 and Industry Safety Standards Z133, etc.); quality of workmanship, record of recommending and/or implementing innovative approaches and/or technologies; record of controlling costs; safety performance record, and adherence to schedules. The Government reserves the right to contact any other sources of information that may have knowledge or information on an offeror?s relevant past performance history. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any offeror?s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may not be competitive when compared to proposals of other offerors. FACTOR 3: PRICE, The price proposal for the base and all option periods will be evaluated to determine the reasonableness, realism, and completeness of the offeror?s proposal. One or more of the following techniques will be used to ensure a fair and reasonable price: 1. Comparison of proposed prices received in response to the solicitation. 2. Comparison of proposed prices with the independent Government estimate. 3. Comparison of proposed prices with available historical information. 4. Comparison of proposed prices with resources proposed. A price that is found to be unreasonably high or unrealistically low in relation to the proposed work may result in the overall proposal being considered unacceptable. Relative Importance of the Evaluation Factors: Key personnel, past performance and price are of approximately equal importance. Key personnel and past performance, when combined, are approximately of equal importance as price. Offers are due on Tuesday, 15 June 2004 by 2:30 P.M. local time and shall be delivered to NFEC Southwest Division, Attn: Michelle Crook, Code 02R3.MEC, 1220 Pacific Highway, Bldg 127, San Diego, CA 92132. Point of Contact for this solicitation is Michelle Crook, telephone (619) 532-1949.
 
Place of Performance
Address: San Diego and Point Loma, California
Zip Code: 92132
Country: USA
 
Record
SN00592284-W 20040527/040525212513 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.