Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOURCES SOUGHT

Z -- Possible Landscaping Indefinite Delivery Indefinite Quantity Contract

Notice Date
4/15/2010
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-10-R-A008
 
Archive Date
5/15/2010
 
Point of Contact
Jeffrey P Middaugh, Phone: 702-652-9334, Richard C. Jedlinski, Phone: 702-652-9121
 
E-Mail Address
jeffrey.middaugh@nellis.af.mil, richard.jedlinski@nellis.af.mil
(jeffrey.middaugh@nellis.af.mil, richard.jedlinski@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 99th Contracting Squadron, Nellis Air Force Base, NV, is seeking sources. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals for a possible Landscaping solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. If awarded, a firm-fixed price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract would result. Work to be performed will be within the North American Industry Classification System (NAICS) Sector 23, Construction, with a small business size standard of $33.5 million. The successful contractor will be required to furnish all materials, equipment, estimating software, personnel, and all else necessary to design, manage, and accomplish individual landscaping projects. Work may be performed at Nellis Air Force Base (AFB); Creech AFB; and/or other related sites within Nevada. Although still under consideration, the maximum contract amount is expected to be $1.9 Million and at least one (1) task order will be awarded. The contract term will be an initial one year period with the potential for up to four (4) one-year option periods at the discretion of the Government. Prime contractors must be capable of securing payment and performance bonding. Request interested firms respond to this notice and provide the following: (a) Firm's INFORMATION [name, address, phone number, CAGE code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant landscaping experience with a primary focus on IDIQ type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant (what types of landscaping projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed). (e) BONDING CAPABILITY Payment and Performance bonds are required on individual projects and aggregate requirements. Interested Contractors must provide the above information to the points of contact listed herein. Information submitted must be in sufficient detail for a decision to be made based on the criteria previously mentioned. Reponses are limited to six (6) pages. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. The Government reserves the right to set this acquisition aside based on the responses it receives. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-10-R-A008/listing.html)
 
Place of Performance
Address: Nellis Air Force Base, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02123180-W 20100417/100415235243-2389809a818caf81b19a4bf9bd0010aa (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.