Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2004 FBO #1042
MODIFICATION

R -- Turf Maintenance and Ice/Snow Removal Services

Notice Date
10/1/2004
 
Notice Type
Modification
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
263-2004-(FW)-0088
 
Response Due
10/4/2004
 
Archive Date
10/19/2004
 
Point of Contact
Lisa Adams, Contract Specialist, Phone 301-435-3890, Fax 301-401-1141, - Edward Wilgus, Contracting Officer, Phone 301-402-3070, Fax 301-480-1145,
 
E-Mail Address
adamsl@od.nih.gov, wilguse@od.nih.gov
 
Small Business Set-Aside
8a Competitive
 
Description
Amendment Three (3) to Solicitation 263-2004-(FW)-0088 is issued to change the NAICS Code to 561730, all information remains the same. The National Institutes of Health (NIH) is conducting a market survey to determine the availability and potential technical capability of sources for turf maintenance and ice and snow removal services for general and selected areas. This requirement is to provide a comprehensive Turf Maintenance and, Ice and Snow Removal Program. The areas with service requirements include the National Institutes of Health (NIH) Bethesda, Maryland campus and the National Institutes of Health Animal Center (NIHAC) Poolesville, Maryland campus. The anticipated performance requirements consist of a basic period of twelve months with four, one-year consecutive option periods. The successful contractor shall furnish any and all the requested services by providing the necessary qualified personnel, material, equipment, tools and supplies as needed and in a timely manner to perform the requested services. The area for turf services at the Bethesda campus is approximately 59.45 hectares with an estimated number of 36 mowing/trimmings required per season. Up to four complete edging of pavement areas may be required. Up to 16 hectares may be selected for turf verifying, over-seeding and fertilization and up to 100 hectares may be selected for leaf removal. The NIHAC, Poolesville campus encompasses approximately 112.9 hectares of which approximately 40.9 hectares comprise fine lawns and approximately 72.0 hectares of fenced pasture fields. The remaining acreage is heavily wooded. Approximately 34 fine lawn mowing and up to 4 pasture mowings will be required per season. The ice and snow removal services will generally consist of a comprehensive control and removal program for accumulations on the Bethesda and Poolesville campuses between November 01 and April 15 of the contract year. This shall include (I) Pedestrian Areas (all building entrances, all nitrogen/oxygen tank areas, all flag pole access walks, all shuttle bus stops/shelters, all security entrance shelters and pedestrian turnstiles, all loading docks and steps and all playground areas and all sidewalks/bike paths); (II) Roads and Parking Lots (all road, parking lot, parking garage top decks and ramps); (III) Handicap Parking (all exposed handicap parking spaces and access isles); and (IV) NIH Animal Center (a comprehensive program of all campus pedestrian areas, roads, parking lots, service areas, steps, handicap parking and sidewalks). The value for these services is a strong function of prevailing weather conditions. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address and telephone number as well as size and type of ownership for the organization. THIS REQUIREMENT HAS BEEN SET ASIDE FOR THE SBA 8(a) PROGRAM. ALL INTERESTED 8(a) COMPANIES ARE ENCOURAGED TO SUBMIT A REQUEST. The NAICS code for this requirement is 561730 with a standard size of $6 million. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area, indicate how the organization would coordinate with the agency program office to provide support to multiple sites. The Government will evaluate the capability information using the following criteria: 1) potential technical capability to provide the administrative support services consistent in scope and scale with those described in this notice; 2) capacity to secure and apply the full range of human and technical resources required to successfully perform these requirements; 3) potential capability to implement a successful project management plan that includes: compliance with program schedules; meeting and tracking performance; hiring and retention of key personnel; and 4) potential to provide services under a performance based service acquisition contract . Interested firms responding to this survey are encouraged to structure capability statements in the order of the area of consideration noted above. Responding firms should provide three (3) copies of a tailored capability statement to Lisa E. Adams, 6011 Executive Boulevard, Suite 529L, Rockville, Maryland 20854 no later than Friday, October 1, 2004 by 3:00 pm local time. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs Incurred.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00687704-W 20041003/041001211631 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.