Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOURCES SOUGHT

Z -- INMATE LABOR COORDINATION CONTRACT

Notice Date
3/23/2005
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Pensacola, 520 Turner Street Building 746, Pensacola, FL, 32508
 
ZIP Code
32508
 
Solicitation Number
N62467-05-R-3131
 
Response Due
3/17/2005
 
Archive Date
6/30/2005
 
Point of Contact
Roger Odom, Contracting Officer, Phone 850-452-4616 x-143, Fax 850-452-4505,
 
E-Mail Address
odomrn@efdsouth.navfac.navy.mil
 
Description
DESCRIPTION: SOURCES SOUGHT/PRE SOLICITATION FOR 8(A), HUB ZONE, OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONTRACTORS. The following contract will be issued in the very near future as a Services Contract for a basic award and 4 option years. The contractor shall be responsible for the coordination and administration of Federal inmates (approx 280 inmates per day) performing work at Naval Air Station Pensacola Florida (NASP) and the Naval Hospital. NASP also includes Corry Station, Saufley Field, and Bronson Field. Most work is at NASP, Corry Station and Saufley Field. This is a performance specification for an Inmate Labor Coordination contract. The contractor shall manage the total work effort associated with this contract to assure adequate and timely completion of the required services. This function includes a full range of management duties including, but not limited to, work control, scheduling, cost accounting, report preparation, establishing and maintaining records and inventories, warranty enforcement, and quality control. Ground Maintenance operations is a big part of the work effort (85%): lawn care (e.g. policing, mowing, edging and trimming lawns and grounds), flowerbed maintenance, shrub and hedge pruning, fertilization, weed removal, cultivation and mulching, debris removal and disposal, irrigation system maintenance, ditch and drainage structure cleaning, wet and dry retention area maintenance, provide oversight and maintenance of 'Tree Farm' and 'Rock Farm", establishing new flowerbeds, establish and maintain wildflower areas, playground area maintenance (e.g. sand fluffing), fence line vegetation removal, tree pruning, providing topsoil, sodding, tree planting, tree removal, stump removal, erosion control. The remaining 15%) of the work includes the following functions: meal preparation, road repairs, metal trades and labor jobs including engraving name tags/brass plates, painting, minor signage repairs and replacements, Auto Mechanics, Heavy Equipment Mechanics, Heavy Equipment Operation, Carpentry, Brick and Block Laying, Painting, Roofing, Fence Repair and Installation, Phone Repair, Demolition of Structures, Generator maintenance, Concrete Work, Plumbing, Tile Work, Pressure Washing, Pool Work, Electrical and other tasks not discussed above but commonly performed by crafts listed herein. This solicitation will be formatted as a Request for Proposal (RFP) and if sufficient qualified sources are available it will be set aside as a competitive acquisition for 8(A), Hub Zone, or SDVOSB. If sufficient sources are not identified, the solicitation will be advertised as an unrestricted on ESOL. If your are an 8(a), Hub Zone, SDVOSB firm and are interested in this potential solicitation, please provide the following information by e-mail to roger.odom@navy.mil not later than 17 Mar 2005. If you have any questions please call Roger Odom at 850-452-5222. A. Firm name, address, duns number, telephone number, e-mail, contact name. B. Type of Contractor (ie 8(a), Hub Zone, SDVOSB) C. Describe your company?s experience in managing/oversight of an Inmate Labor Coordination contract or similar contract in complexity and scope. D. Please identify the following: (1) Contract number and title (indicate whether their company was the prime contractor); (2) Description of work performed (technical and administrative); (3) Size (dollar value); (4) Period(s) of performance; (5) References. Provide names and current telephone number for whom services were performed and electronic mail addresses if available;
 
Place of Performance
Address: 520 TURNER STREET, NAS, PENSACOLA, FL
Zip Code: 32508
Country: USA
 
Record
SN00774296-W 20050325/050323212622 (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.