SOLICITATION NOTICE
F -- Nursery & Landscape - Art in Architecture for the New U.S. Courthouse in Rockford, Illinois
- Notice Date
- 3/9/2009
- Notice Type
- Presolicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (5PE), General Services Administration, Public Buildings Service, 230 South Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- GS-05P-09-GB-C-0013
- Point of Contact
- Oana Oprean,, Phone: 312.353.4001
- E-Mail Address
-
oana.oprean@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) Great Lakes Region announces an opportunity for a Landscape Contractor to provide nursery and landscape services in support of the Art and Architecture program related to the construction of the New U.S. Courthouse in Rockford, Illinois. The procurement will be issued as a lump sum, firm fixed-price contract open to all business concerns in accordance with the Small Business Competitive Demonstration Program. The estimated total construction cost for the project falls within the range of $100,000.00 and $250,000.00. The project scope for this procurement is to find a Landscape Contractor to provide nursery and landscape services. The services will be comprised of a base period of twenty four months plus three (3) one year options to the contract to provide maintenance. The base work includes but is not limited to the selection of 154 crabapple trees (104 of which will be planted at the project site), growing, digging, preparation, transporting trees, planting, lawn repair seeding, and installation of steel edging and French drains are all included in the base scope. A selection of five distinct varieties of crabapple trees will comprise the 154 trees. The tree installation will be irrigated by work provided by others. The Contractor shall coordinate irrigation volume with others. The Contractor shall grow or arrange to contract grow, by no later than late spring 2009, the specified trees to the desired caliper by the targeted delivery date in spring 2011. The completed installation will be considered a living piece of art, as part of the Art-in-Architecture program. Options 1, 2, & 3 include weekly maintenance of the tree installation, and exclude the maintenance of turf. The “best value trade-off process” will be utilized in this procurement for the evaluation of offers and the selection of the successful Offeror to receive the award. The Government will select the proposal that represents the best value based on the evaluation of both the technical factors and the total evaluated price. For this procurement, the technical will be significantly more important than price. The technical factors will include experience and past performance on similar projects, qualifications and experience of key personnel, project plan and geographical location/ proximity to project site. Small Business Participation: In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. Although this procurement is open to large business, small businesses are encouraged to participate. In accordance with Public Law 95-507, the offeror will be required to provide the maximum practicable opportunities for small, disadvantaged, veteran owned, service disabled veteran owned and HUBZone businesses through subcontracting opportunities. In the event a large business (small businesses are not subject to this requirement) is the awardee, an acceptable subcontracting plan must be reviewed and approved by SBA prior to award of this contract. Large businesses shall be required to demonstrate a proactive effort to have participation from small, small disadvantaged, small woman-owned, small HUBZone and small veteran-owned business concerns. The North American Industry Classification System (NAICS) Code for this project is 561730 with a size standard of $7 million. Joint Ventures: Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality contractor team effort. Interested Parties/How to Offer: The solicitation package will only be available electronically and is anticipated to be available on or about March 24, 2009. The solicitation package will be available on the FedBizOpps website, www.fbo.gov. The offer due date and time for receipt of proposals will be on or about April 23, 2009 at 4:30 P.M. (Central Standard Time). In order to be eligible for award, offerors are required to provide electronic representations and certifications at www.bpn.gov/orca and be registered in the Central Contractor Registration (CCR) at www.ccr.gov. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The solicitation cited above can only be obtained by accessing a secured section of the FedBizOpps website. This secured section is designed to safeguard sensitive but unclassified (SBU) acquisition information. Potential offerors must register on the FedBizOpps website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). A pre-proposal conference will be held on or about April 2, 2009 and notification to the Contract Specialist of proposed attendance will be required. This conference will permit prospective offerors the opportunity to clarify any concerns regarding the RFP, and tour the grounds at the New U.S. Courthouse in Rockford, Illinois. We consider attendance at this conference important to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. Additional details regarding the pre-proposal conference will be included in the RFP. Point of Contact. Any questions regarding this notification should be directed to Oana Oprean, Contract Specialist, Phone 312-353-4001, Fax 312-353-1491, Email oana.oprean@gsa.gov or Lisa Gonzalez, Contracting Officer, Phone (312) 886-4106, Fax (312) 353-1491, Email lisa.gonzalez@gsa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cdfe6223496bf7699e0d82c46d9797dc&tab=core&_cview=1)
- Place of Performance
- Address: New U.S. Courthouse, 327 S Church Street, Rockford, Illinois, 61101, United States
- Zip Code: 61101
- Zip Code: 61101
- Record
- SN01764397-W 20090311/090310131627-e9f915325755e862f532cc652f37bf6e (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 |