Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOURCES SOUGHT

99 -- Grounds Keeping FAA TRACON, East, West and Center Towers at Dallas Fort Worth International Airport, Dallas, Texas

Notice Date
7/29/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
9808
 
Response Due
8/9/2010
 
Archive Date
8/24/2010
 
Point of Contact
Kathy Snell, 817-222-4657
 
E-Mail Address
kathy.snell@faa.gov
(kathy.snell@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE WHEN RESPONDING TO THIS ANNOUNCEMENT USE ****Solicitation Number: DTFACN-11-R-00003**** Note: The archive date does not reflect the solicitation due date. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business Contractors interested in providing offers for the work associated with the grounds keeping services for the FAA at the DFW TRACON building, East, West and Center Air Traffic Control Towers located on the DFW International Airport, Dallas, TX. The work includes but is not limited to the following: Mowing shall be performed on Mondays and in one calendar day between the hours of sunrise and sunset. The peak mowing season is considered to be March 1 through the end of November. Estimated number of mowings per year is forty-eight (48). Edging and Trimming shall be completed on the same day as the mowing operation. Debris from edging and trimming shall be cleaned up and removed. Aeration shall be performed one time during the year between February 1 and March 31. Mulching shall be performed on all shrubs, ground cover, perennial and annual planting beds once during the month of July. Clean up of parking garage, driveways and parking lots. This service shall be performed monthly on the weekend closest to the 15th of each month. Cleanings will be completed during the hours of 12 am to 5 am on each day. The contractor shall power sweep the Tracon parking garage. The contractor shall be responsible for maintaining the sprinkler system in a satisfactory operational condition during the entire period of the contract. It shall be the contractors responsibility to purchase, replace, and/or repair all sprinkler heads, sprinkler head risers and control valves. As required, the Contractor shall sow in areas by evenly controlled broadcast method clean Bermuda grass see. Beginning with the month of May and during the growing season, the lawn area shall be kept level and dressed with topsoil. Insect ControlThe contractor shall maintain a comprehensive plan for the control of fire ants throughout the year. Contractor shall make an annual application of insecticide and also at least one annual treatment with an approved insecticide for plants and trees. The grounds will be treated with a weed and feed according to industry standards. Weed control for the remainder of the growing season will also be maintained according to industry standards. All ground including all walkways, parking are and drives are to be kept clean at all times by the removal of dirt, grass clippings, trash etc. The contractor shall keep all trees, shrubs and plants free of any and all types of cobwebs and webworms. The contractor shall be responsible for accumulation, removal, and disposal of all debris and trash. The contractor shall physically remove all accumulated items completely away and off the premises each and every day he performs work on site. All plants and shrubs, including all planting beds shall be kept neatly trimmed with planting beds maintained during the term of the contract. All trees within the facility shall be maintained in accordance with accepted practices in the tree industry. This procurement will be 100% set-aside for small business firms. All work shall be in accordance with the plans and specifications. 1. The solicitation will issue on/or about August 16, 2010. 2. Contract performance time 365 days (beginning 1 October 2010 thru 30 September 2011). 3. This is a Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 561730 (Landscaping Services) and Small Business Size Standard $7M. 5. A mandatory (pre-bid) meeting will be conducted; date and time will be provided in the solicitation. All interested contractors must attend this site visit in order to qualify for contract award. Further information will be contained in the solicitation package. An Offeror must meet the following Go/No-Go criteria in order to receive a solicitation package: (all documents must be submitted to be responsive). 1. Complete and return the attached Business Declaration. 2. Complete and return the Past Performance/Specialized Experience document. Offerors must have the following minimum experience and provide the following information to substantiate their experience. Submit a minimum of five (5) past or current contracts/projects your firm has performed with the same size range and similar in scope to this project (scope of work is described above). All projects submitted, must be in progress or completed within the last five (5) years. Offerors are to ensure that if their work included subcontractors that this information is all provided on the form. Offerors are encouraged to fully complete the experience form in order to be considered responsive. Missing or lacking information will results in a No-Go and Offeror may or may not receive the opportunity to provide additional information. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Contractor MUST be registered in Central Contractor Registration (CCR) with the NAICS designation of 561730 prior to contract award. Contractors can register on-line at http://www.ccr.gov. All requests can be emailed to kathy.snell@faa.gov and are due no later than 3:00 pm CST on August 9, 2010. Requests received after this date and time will not be honored. No telephone requests will be accepted. "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/9808/listing.html)
 
Record
SN02222676-W 20100731/100729235902-765f318e840dddf2f467a4734c2a609b (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.