Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2007 FBO #1934
MODIFICATION

Z -- GROUNDS MAINTENANCE SERVICES FOR NASA, JOHNSON SPACE CENTER

Notice Date
3/12/2007
 
Notice Type
Modification
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BV
 
ZIP Code
00000
 
Solicitation Number
NNJ06162799R
 
Response Due
3/26/2007
 
Archive Date
3/12/2008
 
Point of Contact
Darrell R. Matula, Contract Specialist, Phone (281) 483-8520, Fax (281) 483-6919, Email darrell.r.matula@nasa.gov - Ronald Johnson, Contracting Officer, Phone (281) 483-4164, Fax (281) 483-6919, Email ronald.johnson-1@nasa.gov
 
E-Mail Address
Email your questions to Darrell R. Matula
(darrell.r.matula@nasa.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
This is modification 7 to the synopsis entitled "Grounds Maintenance Services for NASA Johnson Space Center" which was posted on August 30, 2006. You are notified of the following: <B>(1)</B> The purpose of this modification is to post the Request for Proposal (RFP). This potential contract will procure commercial Grounds Maintenance Services at JSC, including Ellington Field (EF) and the Sonny Carter Training Facility (SCTF) as a partial follow-on to the current Center Operations Support Services (COSS) contract. Activities include basic Landscaping Services, including Lawn Mowing, Edging, Watering and Fertilizing, Trimming of Trees and Shrubs, Tree Removal and Planting, and Weed Control; Pest Control and other Landscape Maintenance. Also included is Maintenance of Ponds, Unimproved Areas and Ditches, Fire Lanes, Gravel Areas and Fence Lines. Pesticide and Herbicide application will also be required. Miscellaneous tasks, such as Removal of Leaves and Animal Relocation or Removal will be done as necessary. The contract will also require Records, Reports and Submittals in accordance with the Statement of Work and other applicable documents. Included also are Personnel Requirements and Training. The RFP will result in a fixed price contract with an IDIQ (Indefinite Delivery/Indefinite Quantity) feature for additional requirements within the general scope of the Statement of Work. The contract will be written for a two year base, a two year option and a one year option, for total of five years. The NAICS Code and Size Standard are 561730 and $6.5M, respectively JSC will pursue a Section 8(a) set-aside contract in accordance with Federal Acquisition Regulation 19.8, Contracting with the Small Business Administration (The 8(a) Program). <B>(2)</B> The "Technical Library" on the Grounds Maintenance Services Contract website has been updated with additional documents. To gain access to the Technical Library, interested parties must have a User ID and a Password and must agree with JSC policy concerning the handling of the information and documentation residing in the Library. To obtain User ID and Password information, please contact the Contract Specialist, Darrell Matula, at JSC-Grounds-Maintenance-Proc@mail.nasa.gov. The following information must be provided: A. Full Company Name B. Company Address C. Point of Contact D. Phone Number E. Foreign Company? F. Cage Code <B>(3)</B> Offerors are hereby informed that the additional predefined qualitative value characteristic that was discussed at the pre-proposal conference has not been included in the RFP. <B>(4)</B> Offerors are hereby informed that the Government Furnished Property (GFP) list has been significantly changed. Offerors are encouraged to thoroughly review the list provided in the RFP. In accordance with NFS 1815.201(f)(1), all offerors are requested to direct any future communications regarding this procurement in writing to the Contracting Officer. The Contracting Officer will remain the official point of contact until the completion of the acquisition process. An ombudsman has been appointed -- See NASA Specific Note "B". Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted. Prospective offerors are encouraged to monitor the Grounds Maintenance Services Contract website for any updates regarding this acquisition. The Grounds Maintenance website (including the RFP and the Technical Library) can be accessed by visiting http://procurement.jsc.nasa.gov/coss/gms/default.asp .
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#121983)
 
Record
SN01249305-W 20070314/070312221018 (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.