Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

S -- Regional Grounds Maintenance, Grounds Pest Control and Street Sweeping Services at Federal Installations in California and Nevada

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Utility PV Contracts Team, Attn: Code 5GPWP2 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N62473-06-R-0011
 
Response Due
5/30/2006
 
Archive Date
6/14/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a synopsis for commercial items in accordance with the Federal Acquisition Regulations (FAR) Subpart 12.6 and 13. This procurement consists of one solicitation with the intent to award a combination Firm-Fixed-Price (FFP) and Indefinite Delivery Indefinite Quantity (IDIQ) Commercial Items Service Contract. Contract will be awarded to the responsible offeror whose proposal, conforming to the Request For Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and other factors considered. Services to be performed under the resulting contract include maintaining improved, semi-improved, and unimproved grounds and providing grounds pest control and grounds cleanup services at Marine Corps Base Camp Pendleton CA and Naval Weapons Station Seal Beach Detachment Fallbrook CA. Services that may be performed under a task order under the resulting contract include maintaining improved, semi-improved, and unimproved grounds and providing grounds pest control, grounds cleanup and street sweeping services at Federal Installations located in San Diego, Orange, Los Angeles, Ventura, Contra Costa, Kern, Kings, Imperial, Riverside, Monterey, San Bernardino and Churchill Counties. Performance may be at various Federal Installations with the potential for service occurring simultaneously at multiple installations/sites as listed above. Grounds maintenance improved services include lawn care services such as mowing and trimming, edging, aeration, de-thatching, vegetation control and fertilization. Improved services also include irrigation systems operation and maintenance, debris removal, shrub and hedge maintenance, plant and bed maintenance, tree maintenance, storm drainage systems, grounds cover maintenance and semi-improved grounds such as grounds care, storm drainage systems and debris removal. Services also include un-improved grounds care such as vegetation control and storm drainage systems and grounds cleanup and may include street sweeping services. The contract will have a base period and four (4) 12-month option periods for a total maximum duration of 51 months or a value of $5 million, whichever occurs first. During the term of the contract, the Firm-Fixed-Price portion of the contract is the minimum guarantee. Contractors are not guaranteed work in excess of the minimum guarantee. THIS ACQUISITION IS SOLICITED AS A HUBZONE SET ASIDE. The North American Industry Classification System (NAICS) Code is 561730 Landscaping Services and the size standard is $6.5 million dollars. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil/ -- on or about 10 MAY 2006. The Government will not provide hard copies (paper sets) or CD-ROM of the RFP, Plan Holders List or other contract documents and will not accept telephone, E-Mail and facsimile requests for copies. Notification of any changes (amendments) to the solicitation will be done via the Internet. It will be the contractor's responsibility to check the E-Solicitation website (esol.navfac.navy.mil) daily for any and all amendments to this solicitation. Note: All Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of a DoD contract. Contractors may obtain information on registration by calling 1-888-227-2423, or via the Internet at http://edi.disa.mil. Prospective contractors shall submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA). Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102).
 
Place of Performance
Address: California and/or Nevada
Country: USA
 
Record
SN01045696-W 20060512/060510221246 (fbodaily.com)
 
Source
FedBizOpps 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.