Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOLICITATION NOTICE

S -- Pensacola Inmate Grounds - Resolicitation

Notice Date
6/25/2010
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Building 903 PO Box 30 NAS JAX, FL
 
ZIP Code
00000
 
Solicitation Number
N694501OR0778
 
Response Due
7/2/2010
 
Archive Date
7/17/2010
 
Point of Contact
chris.mclaughlin@navy.mil chris.mclaughlin@navy.mil chris.mclaughlin@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Project Scope: The outcome to be achieved is the coordination, management, and administration of Federal Bureau of Prisons (FBOP) inmates to perform Facility Support Services (FSS) to include but not limited to, work control, scheduling, cost accounting, report preparation, establishing and maintaining records and inventories, warranty enforcement, and quality control. The actual FSS performed by the inmates will include Ground Maintenance operations which is a large portion of the work effort (75%): lawn care (e.g. policing, mowing, edging and trimming lawns and grounds), flowerbed maintenance, shrub and hedge pruning, fertilization, weed removal, cultivation and mulching, debris removal and disposal, irrigation system maintenance, ditch and drainage structure cleaning, wet and dry retention area maintenance, oversight and maintenance of the 'Tree Farm' and 'Rock Farm', establishing new flowerbeds, establishing and maintaining wildflower areas, playground area maint! enance (e.g. sand fluffing), fence line vegetation removal, tree pruning, topsoil replenishment, sodding, tree planting, tree removal, stump removal and erosion control. The remaining (25%) of the work will include the following functions: road repairs, metal trades and labor jobs including painting, minor signage repairs and replacements, Auto Mechanics, Heavy Equipment Mechanics, Heavy Equipment Operation, Carpentry, Brick and Block Laying, Painting, Roofing, Fence Repair and Installation, Demolition of Structures, Generator Maintenance, Concrete Work, Tile Work, Pressure Washing, and other tasks not discussed above but commonly performed by crafts listed herein. The services will be provided by means of a Firm-Fixed Price (FFP) contract with cost reimbursement material. The contract shall be for a base year (01 SEP 2010 - 31 AUG 2011) with four one year options. The outcomes for this acquisition are consistent with the Federal Acquisition Regulation (FAR) Section 37.101 definition of service contracts. NAICS 561210: For this procurement, it has been determined that competition will be full and open. This is a best value single phase, multiple board competitive procurement requiring technical proposals. The Request for Proposal (RFP) will be available on or about Friday 02 JUL 2010 at https://www.neco.navy.mil/. Contract award will be made to the offeror proposing the best value to the Government, see RFP for proposal submission requirements. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors are urged and expected to inspect the site where the work will be performed. For site visit information refer to FAR clause 52.236-27 and Technical Section 00100 for time and date. The point of contact for this site visit, with instructions will provided with the solicitation. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained.The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil under solicitation number: N69450-10-R-0778. In accordance with FAR Section 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. It is the offeror's responsibility to check the NECO website periodically for any amendments to the solicitation, as this will be the only method of distribution of amendments. The official Plan Holder List will also be maintained on and can be printed from the website. The Government will not pay for information requested nor will it compensate any respondent for any proposal. The successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via internet at http://www.ccr.gov. Failure to register in the DOD CCR database may render the successful offeror ineligible for award. All contractual and technical inquires shall be submitted via electronic mail to Chris McLaughlin at chris.mclaughlin@navy.mil. UPDATE: This solicitation was previously posted stating a relevancy requirement of having performed similar work in the past valued at $5 million per year. This announcement changes that requirement to read relevancy can be achieved by having performed similar work amounting to at least $1 million overall.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c54a12e8482ed7c30bfb04b0603f74f3)
 
Record
SN02188392-W 20100627/100625234712-c54a12e8482ed7c30bfb04b0603f74f3 (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.