Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

S -- Grounds and Tree Maintenance Services, Joint Base Pearl Harbor, Hawaii

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, ACQUISITION DEPARTMENT, 400 Marshall Road, Pearl Harbor, Hawaii, 96860-3139, United States
 
ZIP Code
96860-3139
 
Solicitation Number
N6247813R2418
 
Archive Date
9/14/2013
 
Point of Contact
Shari N Lillie, Phone: (808) 471-1562
 
E-Mail Address
shari.lillie@navy.mil
(shari.lillie@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for Grounds and Tree Maintenance Services, Joint Base Pearl Harbor, Hawaii. The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to maintain improved, semi-improved, and unimproved grounds and trees located at various locations in and around the Pearl Harbor area, Oahu, Hawaii. The Contractor shall maintain lawns to achieve a sightly appearance and to achieve a sufficiently uniform grass height with edge cut; provide sufficient water to improved grounds vegetation to promote healthy growth while following best water conservation practices; operate water control devices and irrigation systems to provide the appropriate amount of water to lawns and other vegetation; maintain all permanently installed water control devices and irrigation systems to ensure systems are in proper working order; maintain ground cover to achieve a sufficiently uniform height, provide a sightly appearance and promote plant growth and health; trim shrubs, hedges and plants to maintain a healthy, uniform, shaped appearance; prevent plant growth from interfering with pedestrians, vehicular traffic, and building encroachment; maintain planter beds to provide a slightly appearance and promote plant growth and health; remove debris to achieve a clean and neat appearance; provide tree maintenance and care to promote tree health and to prevent interference with pedestrian and vehicular traffic, identify security fence lines, structure encroachment, and electrical and utility lines; control unwanted vegetation in walkways, paved and graveled surfaces, fire lanes, areas adjacent to perimeter fences, and roadway clearances to provide for the area's intended purpose; perform vegetation control in other than landscaped areas to eradicate, control, and prevent the encroachment of weed growth into landscaped areas; remove obstructions and control vegetation in storm drainage systems to permit unrestricted flow of storm water runoff; provide pest control services to prevent and control unwanted weed and pest in turf, ornamental bed, boxes, sidewalk, etc. The proposed contract type will be a combination firm fixed-price (FFP) and indefinite delivery/indefinite quantity (IDIQ). IDIQ work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. The NAICS Code for this procurement is 561730 and the annual size standard is $7.0 million. The contract term will be a base period of one year plus four option years. This contract will replace a contract for similar services awarded in 2009 for $2,741,383.23 FFP and $136,712.50 IDIQ. We will include information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) with the solicitation package. We do not require requests under the Freedom of Information Act for this information. Interested parties must submit the following information: (1) Full name and address of the firm and (2) A statement regarding your business size (e.g. 8(a), small business, large business, hubzone) (3) A statement that your firm has similar past performance and experience in terms of the scope and dollar value. Interested parties may submit their response to shari.lillie@navy.mil. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical and price proposals. Interested parties shall submit the requested information by August 30, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247813R2418/listing.html)
 
Place of Performance
Address: Joint Base Pearl Harbor, Joint Base Pearl Harbor, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN03150095-W 20130817/130815235340-68e0462023ea9ed80b04a2afc96b7176 (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.