Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2002 FBO #0392
SOURCES SOUGHT

S -- GROUNDS MAINTENANCE/LANDSCAPING SERVICES

Notice Date
12/27/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
DTCG84-03-Q-AA7040
 
Archive Date
1/7/2003
 
Point of Contact
Maria Negron, Contract Specialist, Phone 757-628-4113, Fax 757-628-4134/4135, - Jeanie Thorne, Contract Specialist, Phone 757-628-4109, Fax 757-628-4134,
 
E-Mail Address
MNegron@mlca.uscg.mil, jthorne@mlca.uscg.mil
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) issued by the U.S. Coast Guard (USCG) Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA to identify HUBZONE sources capable of providing GROUNDS MAINTENANCE & LANDSCAPING SERVICES to be performed at USCG AIR STATION CLEARWATER, FL for a base plus five option periods, not to exceed 60 months, if exercised by the Government, beginning 1 FEBRUARY 2003. A solicitation will be issued shortly and will be synopsized on the Government Electronic Posting System at www.eps.gov and in the CBD. When issued, the solicitation will appear on the MLCLANT Intranet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html. It is the potential offeror's responsibility to monitor these avenues for release of any future solicitation or synopsis. The contractor shall provide all personnel, equipment, tools, transportation, supervision (on-site working supervisor), management and other items and services necessary to ensure that grounds maintenance/landscaping services are performed in a manner that shall maintain healthy grass, trees, shrubs and plants; and, shall be presented in a clean, neat and professional appearance. The service requirements generated for this effort consist of the following tasks: 1) Grounds Maintenance to include Grass Cutting/Mowing; Trimming, Edging-Turf and Weeding flowerbeds; Weed Eradication; Fertilizer; and, Pest Control; 2) Maintenance, Care and Landscaping of Trees Under 10' in Height, Shrubbery and Plants; 3) Removal and disposal of litter/refuse prior to and after mowing; and, Sidewalks & Streets Swept; Clippings and Debris Disposed off Station afterwards. These tasks relate directly to mission essential items as identified in the Performance Work Statement (Scope of Work), the required Contractor Quality Control Plan and the Government Quality Assurance Plan (of the solicitation) providing for the highest level of service delivery performance critical to mission success. The service area is approximately 6.5 acres, which includes sidewalks, flower/mulch beds pathways, etc. The actual cutting area is quite a bit less than 6.5 acres. Included Areas: Around BOQ, BEQ, Subsistence Building, Dispensary, Exchange, Red Tail Lounge, RV Lot, along Entrance Road and south end of Support Hanger, C-130 Parking Ramp, east and west side of Maintenance Hangar, Wash Rack, Water Survival Training Facility, Administration Building, GSE Garage Facility Engineering, Supply and Corrosion Control Buildings. Includes the drainage ditch southeast inside entrance to base leading to C-130 ramp and all water retention ponds. North of BOQ, which consists of the North, West and Southwest of the BOQ. Includes drainage ditch running south to north and down to the wet line of ditch and all land including boundary fence, North, South and West of the BOQ. This does NOT Include the baseball field, outfield, infield, safety fence and area behind baseball field. The applicable NAICS Code is 561730 (Landscaping/Grounds Maintenance Services) with a Small Business Size Standard of $6.0 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. Any interested firm capable of providing these services is requested to respond via e-mail to: mnegron@mlca.uscg.mil or facsimile at (757) 628-4134/4135, no later than 23 DECEMBER 2002 with the following documentation: HUBZone certification, past performance information and capability statement. 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. 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. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider small business, 8(a), HUBZone or any other set aside arrangement as deemed appropriated for this procurement. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: U.S. COAST GUARD AIR STATION CLEARWATER, 15100 RESCUE WAY, CLEARWATER, FL 33762-3524, , ,
Zip Code: 33762-3524
Country: USA
 
Record
SN00231500-W 20021229/021227213711 (fbodaily.com)
 
Source
FedBizOpps.gov 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.