Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

S -- Grounds Maintenance/Landscaping Service

Notice Date
3/17/2010
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-10-Q-AA5347
 
Archive Date
4/22/2010
 
Point of Contact
Connet Broadnax, Phone: 757-628-4121, Reginald B Henderson, Phone: 757-628-4129
 
E-Mail Address
connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil
(connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC), Norfolk, VA is procuring GROUNDS MAINTENANCE/LANDSCAPING SERVICES to be performed at USCG BASE SUPPORT UNIT ELIZABETH CITY, Elizabeth City, NC as a 100% SET-ASIDE for SMALL BUSINESS. A Sources Sought Notice was issued on 01/20/2010 under Reference Number SS-5347. A solicitation (RFQ HSCG84-10-Q-AA5347), and any subsequent amendments, will be available electronically on the Federal Business Opportunity Website at www.fbo.gov on or about 22 MARCH 2010 with a closing date for receipt of quotes by 07 April 2010. It is the potential offeror's responsibility to monitor this avenue for release of any future solicitation or synopsis. This requirement is solicited in accordance with FAR Subpart 19.5 - Set-Asides for Small Business; and, using the policies contained in FAR Part 12, Acquisition of Commercial Items, and the procedures in FAR Part 13.5, Test Program for Certain Commercial Items. A Firm-Fixed Price type contract will be awarded for a Base Period, starting 1 JUNE 2010 through 31 MAY 2011; and, Nine Option Years, of 12 months each, not to exceed 120 months, if exercised by the Government. The contractor shall furnish all labor, material, equipment, supplies, transportation, supervision and management necessary to provide GROUNDS MAINTENANCE/LANDSCAPING SERVICES in compliance with all local, state and Federal laws. Frequency standards require services/tasks to be performed at designated times such as seasonal or a prescribed length (i.e., daily, weekly, twice weekly, etc.), based on the scope of work. The updated statement of work is Performance Based. The service requirements/performance objectives relate directly to mission essential items as identified in the Performance Work Statement (PWS), the Contractor Quality Control Plan (QCP) and the Government Quality Assurance Plan providing for the highest level of service delivery performance critical to mission success as specified in the solicitation. The areas to be serviced under this requirement are the CG Housing Complex area, approximately 15 acres of semi-smooth grass fields, 0.5 miles of drainage ditch, and approximately 6,300 ft of fence and the CG Base Support Unit Complex grounds, approximately 75 acres, 6,944 linear feet ditch line, and approximately 22,420 linear feet of fence. The following tasks are generated for this effort: Grass Cutting/Mowing and Trimming; Edging Turf and Weeding flowerbeds; Weed Eradication; Fertilizer and Pest Control; Maintenance, Care and Landscaping of Trees Under 10’ in Height, Shrubbery, and Plants; Removal and disposal of litter/refuse prior to and after mowing; Sidewalks & Streets Swept; Clippings and Debris Disposed off the Base and Housing complex afterwards; and, the bi-annual pruning of shrubs, hedges, and trees (estimated quantity) as required per the task, frequency and work schedule in accordance with the approved Contractor QCP. The applicable Department of Labor Wage Determination is No. 2005-2544, Revision No. 10, Date of Revision 05/26/2009; and will be included in the solicitation. An advance copy can be obtained from http://www.wdol.gov/. CURRENT PRICING INFORMATION: The proposed acquisition is a follow-on contract of HSCG84-05-N-AA5103, which was awarded/effective 1 June 2005 to Sawyer’s Lawn Care, Inc., Elizabeth City, NC and expires 31 May 2010. The contract was awarded in the amount of $207,090.00 for a Base Period of 12 months (6/1/2005 – 5/31/2006); plus Four Option Years for a total value of $1,251,163.56. After several scope increases and additional requirements work throughout the five years, the current estimated five year value is $1,340,000.00. The North American Industry Classification Standard (NAICS) Code is 561730 (Landscaping Services) with an applicable size standard of $7.0 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in the SBA Small Business Size Regulations, http://www.sba.gov/regulations/121/. SITE VISIT - Interested contractors are requested to contact Ms. Diane Hunter, COTR at 252-335-6121 to request a site visit for either Thursday, March 25, 2010 or Tuesday, March 30, 2010 at 10:00 AM EST. Access to the CG Base Support Unit Elizabeth City will not be available unless you have made prior arrangements with the COTR. See FAR Provision 52.237-1 on page 56 of 72 of the solicitation for additional site visit information. Any questions resulting from the site visit or the solicitation must be submitted in writing to the Contract Specialist. When the solicitation is issued, contractors must submit the following documentation along with their quote: Required Licenses and Permits; Resume for designated on-site working Supervisor; Staffing Plan, Equipment List; Certificate of Insurance as required by FAR 52.228-5 and Past Performance information. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Like or similar contracts are defined as Grounds Maintenance/Landscaping Services. Interested parties MUST be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. If you have any questions you may contact Ms. Connet Broadnax at (757) 628-4121 or via e-mail at Connet.M.Broadnax@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-10-Q-AA5347/listing.html)
 
Place of Performance
Address: USCG Base Support Unit Elizabeth City, Elizabeth City, North Carolina, 27909-5006, United States
Zip Code: 27909-5006
 
Record
SN02094528-W 20100319/100317234513-8e959a6f550df566b57be01d89e84478 (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.