Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
MODIFICATION

Z -- Landscaping/Grounds Maintenance

Notice Date
11/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-12-R-Grounds
 
Archive Date
12/20/2011
 
Point of Contact
Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
Beverly.J.Williams@dla.mil
(Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
****Description Revised Nov 22, 2011****** This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The main purpose of this notice is to gain knowledge of potentially qualified Small Business (SB), 8(a) business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 561730. The information received will be used within the DLA Defense Contracting Services Office to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made to issue the proposed solicitation as a competitive set-aside for U.S. Small Business Administration (SBA) certified 8(a). This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The DLA Defense Contracting Services Office is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified 8(a) small business sources and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. An organization that is not considered a small business 8(a) under the applicable NAICS code should not submit a response to this notice. Small business concerns should be capable of furnishing all labor, supervision, and parts, to include all equipment necessary to perform all work required under the proposed requirement. A site visit is scheduled on November 29, 2011 at 10:00 am EST to allow interested parties the opportunity to tour of the facility. Contractors interested in attending the site visit should register by 12:00 pm on November 23, 2011 by emailing beverly.j.williams@dla.mil. Please provide the names of those attending and company name, business size, and Cage Code. If contractors do not pre-register for the site visit they will not be allowed access to the facility. Contractors are limited to two (2) attendees, names, phone numbers, and e-mail addresses are required for each attendee. Contractors are expected to have the following Qualifications/Experience: experience on two (2) contracts within the past five (5) years performing technically the same or similar work as describe in the Performance Work Statement. C.1 BACKGROUND The Defense Logistics Agency (DLA) Headquarters Complex (HQC) is located at 8725 John J. Kingman Road, Ft. Belvoir, VA, and is part of the Department of Defense, the Defense Logistics Agency, which is a combat support agency. The HQC provides supply support, contract administration and technical and logistics services to all branches of the military. C.1.1 GENERAL INTENTION The intention of this requirement is to obtain landscaping, grounds maintenance, exterior pest management, snow removal/ice control, and other related services at the Defense Logistics Agency (DLA) Headquarters Complex (HQC) by a Performance-Based, Firm Fixed-Price (FFP) Contract which also includes some Indefinite Delivery/ Indefinite Quantity (IDIQ) work. The period of performance will include a 12 month Base Year with two (2) one year option periods. See the attached Performance Work Statement for General Requirement and additional information on requirement. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/8(a)) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by December 5, 2011 to: 8725 John J. Kingman Road, Suite 1145, Attn: Beverly J. Williams, Fort Belvoir, VA 22060. Responses should be received no later than 2:00 PM EDT. Advance submissions must be sent via email to: beverly.j.williams@dla.mil. Hardcopy must be sent via mail at the address above. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis will not be published in Federal Business Opportunities. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.) NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER DECEMBER 5, 2011. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-R-Grounds/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road Fort Belvoir, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02627817-W 20111124/111122235015-300d9d49b0a95697485d59be0e293ca6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.