Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
SOURCES SOUGHT

R -- USAF Grounds Maintenance Services, Space Coast, FL

Notice Date
3/1/2007
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA2521-07-R-8504
 
Response Due
5/31/2007
 
Archive Date
6/15/2007
 
Description
Document Type: Sources Sought Notice Solicitation Number: FA2521-07-R-8504 Date: 1March2007 Posted Date: 1March2007 Original Response Date: Current Response Date: Original Archive Date: Current Archive Date: Classification Code: NAICS Code: 561730 ? Landscaping Services 1. The 45th Contracting Squadron, Patrick AFB, FL is in the process of determining the acquisition strategy for a potential requirement to provide grounds maintenance and pest control services for Patrick AFB, Cape Canaveral AFS (CCAS), Malabar AFS, and Kennedy Space Center (KSC) to include detachment locations, all within the ?Space Coast? area of the state of Florida. Current contract services expire on 30 Sep 2008. 2. The Government is seeking information and comments from industry on various topics, which will be used to refine the requirement and acquisition strategy to include the following: a. The Government is contemplating a firm-fixed price type of contract for grounds maintenance. b. Market research shows that this service is common in the national market and commercial in nature. We plan to solicit for a contract established under common commercial practices, terms and conditions. c. The potential requirement may be set-aside for small business concerns?specifically 8(a) or small disabled veteran owned business concerns. d. Of particular interest to the Government is how contractors plan to/typically accomplish recycling services to fulfill requirements similar to what is desired at Patrick AFB, as well as how contractors determine pick-up frequencies will be determined. 3. The following current line item structure and monthly estimated quantities are provided for comments/information: a. Perform grounds maintenance services at Cape Canaveral AFS 1. Improved Grounds [Acres(A)]: 419 2. Semi-Improved Grounds (A): 1607 3. Unimproved Grounds (A): 833 b. Perform grounds maintenance services at Patrick AFB as needed 1. Improved Grounds, mowing (A): 301 2. Semi-Improved Grounds, Mowing (A): 730 3. Drainage ditch mowing (miles): 24 4. Edging (linear feet): 144,850 5. Trimming/maintaining Improved, Semi-Improved and Recreational areas (A): 1031 6. Policing of Improved Grounds and Recreational areas (A): 301 7. Landscaping and weeding of shrub, flower, and plant bed areas (A): 8 8. Pruning (trees): 8,000 9. Pruning (shrubs): 5,143 shrubs 10. Hedge maintenance (linear feet): 34,218 linear feet 11. Removal of airfield crack grass (square feet): 8,312,500 12. Fertilizing of Improved Grounds and Recreational areas (A): 262 13. Mulch/landscape shrub, flower, and plant beds (A): 15 c. Perform grounds maintenance services at KSC and detached locations 142,000 acres total land area: Approximately 43,000 acres of which is maintained to some extent, mostly unimproved grounds. 4. Suggestions regarding structure and content of the performance work statement (PWS) are requested from industry in order to assist with making it consistent with commercial practices and beneficial to the Government. 5. Firms responding to this sources sought notice must (1) state whether they are a small or large business based on the size standard above; if applicable, identify subcontractors to be used and their anticipated responsibilities; (2) indicate all of the following small business status categories that apply: Small Disadvantaged (SDB), Woman-owned Small Business (WOSB), 8(a) firm, HUB Zone firm, Service-disabled Veteran-owned Small Business (SDVOB), Historically Black College and University or Minority Institution (HBCU/MI); (3) provide experience in the form of an outline of previous projects for specific relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; professional qualifications and specific experience of personnel identified to perform the work; and (4) any other pertinent information which would enable the government to assess a firms capabilities. Because the government reserves the right to set this acquisition aside for small business, 8(a) firms, HUB Zone firms or Service-disabled Veteran-owned Small Business based on the responses it receives, it is imperative that firms respond with the required information for capabilities to be accurately evaluated. 6. This synopsis is for planning purposes only and is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. At this time, no solicitation exists. Submit all responses to this notice to the point of contact listed below. 7. Please submit your responses no later than 31 March 2006. primary point of contact for this procurement is Dirck G. Storms, 45 CONS/LGCAB, 321 494 5231, e-mail: Dirck.Storms@patrick.af.mil.
 
Place of Performance
Address: Cocoa Beach and Malabar areas, FL --see sources sought notice--
Zip Code: 32925
Country: UNITED STATES
 
Record
SN01241746-W 20070303/070301221211 (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.