Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2015 FBO #5133
DOCUMENT

S -- Grounds maintenance and landscaping services. - Attachment

Notice Date
12/11/2015
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008516R2216
 
Response Due
12/21/2015
 
Archive Date
1/5/2016
 
Point of Contact
Cheryle Johnson 757-341-0087 and Susan Roberts at 757-341-0091
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. NAVFAC MIDLANT, Acquisition Core Division anticipates awarding a combination Firm-Fixed Price/Indefinite Quantity type of contract. The estimated start date is 01 April 2016. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to select the proposal that provides best value to the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment to provide grounds maintenance and landscaping services at various locations and could vary from location to location. The following is an example of the dispersion of work at the various locations. Work may be extended to any Government controlled facility within a 50 mile radius of the locations mentioned. (1) Norfolk Naval Shipyard, Portsmouth Va., Grounds Maintenance and Landscaping a) Saint Julian ™s Creek annex, Portsmouth Va., Grounds Maintenance and Landscaping. b) Gosport Child Development Center, Portsmouth, Va., Grounds Maintenance and Landscaping c) Scott Center, Portsmouth, Va., Grounds Maintenance and Landscaping d) South Gate, Portsmouth, Va., Grounds Maintenance and Landscaping. e) Any government facility within a 50 mile radius of these locations. (2) Naval Air Station Oceana, Virginia Beach, Va., Grounds Maintenance and Landscaping. a) Fentress Air field, Chesapeake, Va., Grounds Maintenance and Landscaping. b) Midway Manor, Virginia Beach Va., Grounds Maintenance and Landscaping. c) Beverly Building, Virginia Beach, Va., Grounds Maintenance and Landscaping. d) Any government facility within a 50 mile radius of these locations. General Work Requirements: Grounds maintenance and landscaping services includes lawn maintenance, mowing and trimming, edging, vegetation control, irrigation system operation, debris removal, shrub and hedge maintenance, plant maintenance, plant bed maintenance, tree maintenance, artificial turf maintenance, maintenance of Xeriscape areas, semi-improved and unimproved areas. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) is an acceptable strategy for this procurement. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561730. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice can be sent electronically to susan.roberts2@navy.mil and cheryle.johnson@navy.mil or mailed to the following address: Commander, NAVFAC Mid-Atlantic,, 9324 Virginia Avenue, Bldg. Z144, 1st Floor, Suite 114 Attn: Susan Roberts Norfolk, VA 23511 Responses must be received no later than 2:00 pm Eastern Standard Time on December 21, 2015. Questions regarding this sources sought notice may be addressed to Cheryle Johnson and Susan Roberts at the above address and email at cheryle.johnson@navy.mil and susan.roberts2@navy.mil, or via telephone at (757) 341-0087 or(757) 341-0091.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008516R2216/listing.html)
 
Document(s)
Attachment
 
File Name: N4008516R2216_Sources_Sought_-_Oceana_Grounds.docx (https://www.neco.navy.mil/synopsis_file/N4008516R2216_Sources_Sought_-_Oceana_Grounds.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R2216_Sources_Sought_-_Oceana_Grounds.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03967763-W 20151213/151211234244-81cc2bdf08a0b59c2703dbc18a003ac7 (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.