Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
MODIFICATION

S -- Grounds Maintenance

Notice Date
10/28/2004
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-04-R-5007
 
Response Due
12/27/2004
 
Archive Date
1/11/2005
 
Point of Contact
Charlotte Maloney, Contract Specialist, Phone (719) 556-7992, Fax (719) 556-4752, - George Romero, Contracting Officer, Phone (719) 556-4195, Fax (719) 556-4752,
 
E-Mail Address
Charlotte.Maloney@peterson.af.mil, george.romero@peterson.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
NOTE: THIS CHANGE TO THE SOURCES SOUGHT SYNOPSIS IS TO CHANGE THE DATES THE RFP WILL BE RELEASED AND SITE VISIT. CHANGES ARE POSTED BELOW. THIS SOURCES SOUGHT SYNOPSIS REPLACES THE CHANGES POSTED ON 18 JUNE 2004, 30 AUGUST 2004, AND 30 SEPTEMBER 2004. The 21st Contracting Squadron, Peterson AFB, CO announces the solicitation of the grounds maintenance and snow/ice removal services at Peterson AFB, CO. The government contemplates soliciting for the award of a Firm Fixed Price (FFP) contract type. The anticipated award will be made to a Small Business HUBZone firm. A copy of certification must be submitted with an e-mail response. The contractor will be required to provide all personnel, management, supervision, labor, equipment, vehicles, transportation, tools, materials, and procure supplies necessary to maintain grounds and snow/ice removal, and landscape designated areas at Peterson AFB, CO. Contractor(s) will be required to provide Automated Computer Aided Drawings (AutoCAD) software capabilities for this contract. The performance period of this contract shall consist of one base period and four individual option periods or years, for a total of five years. North American Industrial Classification System (NAICS) code for this acquisition is 561730, with a size standard of $6 million. The contract ceiling amount for the contract is estimated at $12,000,000.00 over five years. There is no guarantee that the option periods/years will be exercised. The government anticipates the issuance of a Request for Proposal (RFP) on 26 November 2004 or sooner. The anticipated award date is 14 January 2005 subject to the availability of funds. Contract award will be based on Performance/Price Tradeoff. Interested parties should register online and subscribe to receiving procurement announcements related to this solicitation by entering the website at http://www.fedbizopps.gov/. A soft copy of the firm?s capability statement is requested. The statement should describe any teaming arrangements and reflect relevant past performance history (3-5 years of multi-location/project management). Firms should describe government or commercial contract experience, i.e. government or commercial sources. The information requested should not exceed twenty-five total single-sided pages, typed in twelve-pitch font size. Interested parties are requested to submit responses to this Sources Sought Synopsis by COB on 3 August 2004, 4:00 p.m. Mountain Standard Time. Interested parties who have already submitted capability statements, as requested by the Sources Sought Synopsis issued 19 June 2004, are not required to re-submit their capability statements unless they choose to do so. A site visit was tentatively scheduled for 17 November 2004. The changed site visit is scheduled for 8 December 2004. Interested parties planning to attend the site visit will be required to submit information 2 days prior to 6 December 2004, due to Base security requirements for entrance. On company letterhead, include the full name(s) of individual(s) planning to attend, social security number(s), duration of the visit, and the reason for the visit (Grounds Maintenance Acquisition). Interested parties planning to use privately owned vehicles, will be required to furnish current state drivers license and proof of insurance. There will be no paper copies of this solicitation. All solicitation information may be obtained through the above reference website. Any questions relating to this solicitation must be submitted in writing (e-mail) to Ms. Charlotte Maloney, Contract Specialist, charlotte.maloney@peterson.af.mil, telephone: (719) 556-7992 or George A. Romero, Contracting Officer, george.romero@peterson.af.mil, telephone: (719) 556-4195. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-OCT-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: 580 Goodfellow Street, Building 1324, Peterson AFB CO
Zip Code: 80914-1648
Country: El Paso
 
Record
SN00701230-W 20041031/041029212544 (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.