Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
SOURCES SOUGHT

R -- GROUNDS MAINTENANCE AND PEST CONTROL SUPPORT SERVICES FOR NASA LANGLEYRESEARCH CENTER

Notice Date
3/12/2012
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-GMS-2012
 
Response Due
3/30/2012
 
Archive Date
3/12/2013
 
Point of Contact
Daphne Darden, Contract Specialist, Phone 757-864-3220, Fax 757-864-8541, Email daphne.g.darden@nasa.gov
 
E-Mail Address
Daphne Darden
(daphne.g.darden@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/LARC is hereby soliciting information about potential sources for GroundsMaintenance and Pest Control Support Services.The National Aeronautics and Space Administration (NASA) Langley Research Center (LARC)is seeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals for Grounds Maintenance and Pest Control Support Services. TheGovernment reserves the right to consider a Small, 8(a), Woman-owned (WOSB), ServiceDisabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.Interested offerors/vendors shall submit a Capability Statement depicting the requiredcapabilities in the following areas:1) Management, labor, supplies, vehicles, materials, transportation and equipmentnecessary to provide grounds maintenance and pest control services for NASA LaRC and NASAproperties located on adjacent Langley AFB, Hampton, Virginia.The total estimatedmaintained area on NASA LaRC is 222.2 acres and 12.23 acres on the Langley AFB, for atotal of 224.43 acres.2) Project Management support to manage the total work of this magnitude and to assureacceptable and timely completion of all services. Included in this function will be afull range of management duties including, but not limited to, planning, scheduling,safety & health, environmental compliance, and quality control.3) Grounds Maintenance for grass mowing, edging, cultivation, trimming, raking, tree andshrub pruning, tree and stump removal, ditch and catch basin cleaning, weeding, mulching,fertilization, vegetation cutting and removal, under brushing, excavation, and quarterlystreet sweeping to meet the acres, required frequency, and different levels ofmaintenance (e.g. Levels I, II, III).4) Wide range of Pest Control Services including labor, supplies, materials, andequipment for pest preventative maintenance, to exterminate a wide variety of insects andpests in buildings, trailers, and other structures at NASA LaRC and NASA occupiedbuildings on Langley AFB, and for the capture and removal of animals from facilities. The contractor will also be required to perform pest control services outside normal workschedules when needed. 5) Application of insecticides, pesticides, and herbicides compliant with all Federal(e.g. EPA), State, Local, and Center rules and regulations.6) Collection, removal, and disposal (offsite) of refuse and trash for the magnitude ofwork at various collection sites.7) Provide, operate, and maintain the vehicles, equipment, and tools necessary to meetthe breadth of services included in the contract.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities should submit aCapability Statement of no more than 5 pages (including attachments) with a minimum fontsize of 12. The Capability Statement should indicate the firms ability and pastexperience in performing the aspects of the effort described above and the DraftRequirements Document.Please include a specific example (or examples) of the firmsexperience and contracts with grounds maintenance and pest control services for similarsize efforts in acres and breadth of services.It is requested that the following beincluded in the 5 page limit: (a) name and address of firm; (b) Point of Contactinformation to include name, title, phone number and email address; (c) whether youintend to submit an offer, and if so, would you submit as a prime or subcontractor; (d)average annual revenue for past 3 years and number of employees; (e) size of businessconcern and date the size designation is good through (large, small, 8(a), veteran-ownedsmall business, service-disabled veteran-owned small business, HUBZone, smalldisadvantaged, woman-owned small business, Historically Black Colleges and Universities(HBCUs), and Minority Institutions (MIs); (f) number of years in business; (g) affiliateinformation to include parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime); and(h) 2 or 3 customer contacts covering the past three years (highlight relevant workperformed, contract numbers, contract type, dollar value of each contract, number ofemployees and customer point of contact address, phone number and email address).Potential offerors are referred to the attached Draft Requirements Document for a moredetailed listing of the required services. Industry is encouraged to provide comments,suggestions, and recommendations regarding the Draft Requirements Document. In addition,LaRC is also interested in contractor feedback related to suggestions for contract type,subcontracting opportunities, and possible contract incentives (positive and negative). The North American Industry Classification System (NAICS) code for this procurement is561730, Landscaping Services, with a size standard of $7,000,000 annually.Estimated award date for this contract is on/about August 1, 2012. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. Any questions you may have are to be submitted in writing, via email, to be used forconsideration in the development of the requirements. This sources sought synopsis is for information and planning purposes and is not to beconstrued as a commitment by the Government nor will the Government pay for informationsolicited. Respondents will not be notified of the results of the evaluation.Allresponses shall be submitted electronically via email to the Contract Specialist, DaphneDarden at daphne.g.darden@nasa.gov no later than March 30, 2012. Please referenceSS-GMS-2012 in any response. Any referenced notes may be viewed at the following URLslinked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-GMS-2012/listing.html)
 
Record
SN02694573-W 20120314/120312235030-c1acd6ad4440a0d3e4fdeacd98cf5f57 (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.