SOLICITATION NOTICE
S -- Grounds Maintenance Service - Grounds Maint W91151-19-R-0005
- Notice Date
- 10/17/2019
- Notice Type
- Presolicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 36000 Darnall Loop, Room 1300B, Fort Hood, Texas, 76544-5095, United States
- ZIP Code
- 76544-5095
- Solicitation Number
- W9115119R0005
- Point of Contact
- Fredicinda D. Jones, Phone: 2542877674
- E-Mail Address
-
fredicinda.d.jones.civ@mail.mil
(fredicinda.d.jones.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT Technical Exhibit O - Pricing Sheet DRAFT Technical Exhibit N Wage Determination 15-5237 (Rev.-11) DRAFT Technical Exhibit M - Bluebonnet Seed Planting DRAFT Technical Exhibit L - EM 385-1-1 DRAFT Technical Exhibit K- Fort Hood Pesticide Use Proposal (PUP) Form DRAFT Technical Exhibit J - Contract For Sale Of Utilities Services DRAFT Technical Exhibit I - Contractor Yard Site Map DRAFT Technical Exhibit H - Hazardous Material Authorization Request Form DRAFT Technical Exhibit G - Hazardous Material Inventory DRAFT Technical Exhibit F Special Services-Events DRAFT Technical Exhibit E IMCOM Standards DRAFT Technical Exhibit D Areas and Acreage DRAFT Technical Exhibit C - Chemical Sterilant Mapbook DRAFT Technical Exhibit B - Mowing Area Map Book DRAFT Technical Exhibit A2 - GM FY20 WFH Cantonment DRAFT Technical Exhibit A1 GM FY20 Fort Hood Main Cantonment DRAFT PWS Grounds Maint W91151-19-R-0005 Rev 10-16-19 Mission and Installation Contracting Command (MICC) Fort Hood is issuing a PRE-SOLICITATION NOTICE for Proposal for a Firm Fixed Price (FFP) Service contract to provide Grounds Maintenance Services to Fort Hood, Texas. This acquisition is 100% set aside for Small Business under NAICS 561730 Landscaping Services (Size Standard $8 Million). The services required is for all management, supervision, personnel, supplies, materiel, and operational equipment necessary to perform the Grounds Maintenance Service Contract, which includes mowing, trimming, edging, cleanup, debris removal, and chemical sterilant application. All work must be performed in accordance with the performance work statement (PWS), and shall comply with all applicable Federal, State, and local laws, regulations, and directives to include, but not limited to, the publications in Section 7, Related Documents. All work shall be performed by personnel qualified in accordance with (IAW) applicable laws and regulations. The services shall include mowing, trimming, and chemical sterilant application for approximately 3,000 acres of the Fort Hood Installation. The service provider shall ensure all work performed results in a healthy, clean, neat, and professional appearance to all grounds serviced in support of mission requirements for users, residents, and visitors. All debris, residue, or grass clippings shall be removed from adjacent surface areas (e.g. sidewalks, curb lines, gutters, landscaped beds, rip rap etc.) as required. Mower height shall be set to three (3) inches for all areas, unless otherwise specified in Technical Exhibit (TE) E Installation Management Command (IMCOM) Standards. All work shall comply with all environmental impact awareness and compliance requirements. Installation mowing areas are represented by TE D Areas and Acreage, TE A1 GM FY20 Fort Hood (FH) Main Cantonment, and TE A2 GM FY 20 West FH Cantonment. Historical data shall be compiled and required reports shall be prepared. All information shall be submitted as Deliverables set forth in Section 6 of the PWS. All work in support of mission requirements tendered to the Government for acceptance shall conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS. The intent is to establish work requirements that are performance-based and results-oriented. The provider of the services shall determine the best and most cost effective ways to fulfill Grounds Maintenance Services and their component needs, emphasizing innovation and commercial best practices. The estimated period of performance consists of one (1) base year plus four (4) option periods. This contract is subject to the Service Contract Act and the applicable Wage Determination (currently WD 15-5237 (Rev. -11) An organized site visit may be conducted for this procurement. If one is conducted, details of the site visit will be stated in the solicitation. Current contemplated evaluation factors and subfactors and their relative order of importance as follows: Factor 1 Past Performance Subfactor 1 Recency Assessment Subfactor 2 Relevancy Assessment Factor 2 Technical Subfactor 1 Staffing Plan Subfactor 2 Corporate Experience and Key Personnel Qualifications Subfactor 3 Equipment, Maintenance, Supply and Materials Subfactor 4 Schedules Subfactor 5 Transition Plan: Phase In and Phase Out Factor 3 Price Evaluation factors relative order of importance: (i) Past Performance (ii) Technical (iii) Price The Past Performance Factor is significantly more important than the Technical Factor. The combined non-cost factors (Past Performance Factor and Technical Factor) are significantly more important than the Price Factor. Within the Past Performance Factor, and Technical Factor; all subfactors are of equal importance. NOTE: Evaluation factors and subfactors and their relative order of importance are subject to change prior to issuance of the solicitation. Attachments included with this Pre-Solicitation notice are as follows: DRAFT PWS Grounds Maintenance Service Fort Hood Draft Technical Exhibit A1 - Fort Hood Main Cantonment Map Draft Technical Exhibit A2 - West Fort Hood Cantonment Map Draft Technical Exhibit B - Mowing Area Map Book. Draft Technical Exhibit C - Chemical Sterilant Map Book Draft Technical Exhibit D Areas and Acreage Draft Technical Exhibit E - IMCOM Standards. Grounds Maint. Work Capability Levels. Draft Technical Exhibit F - Special Services/Events. Draft Technical Exhibit G - Hazardous Material Inventory Draft Technical Exhibit H - Hazardous Material Authorization Request Form Draft Technical Exhibit I - Contractor Yard Site Map Draft Technical Exhibit J - Contract for Sale of Utility Services. Draft Technical Exhibit K - Fort Hood Pesticide Use Proposal (PUP) Form Draft Technical Exhibit L - EM 385-1-1 Draft Technical Exhibit M - Bluebonnet Seed Planting Draft Technical Exhibit N- Wage Determination 15-5237 (Rev.-11) Draft Technical Exhibit O- Pricing Sheet The solicitation is currently contemplated to l be issued on or about 15 December 2019 under solicitation number W91151-19-R-0005 to the Federal Business Opportunity (FedBizOpps) at https://www.fbo.gov. No paper copies of this solicitation are or will be made available. If/when the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments. Interested parties must be currently registered in the System for Award Management (SAM) at https://www.sam.gov to receive a government contract award. The point of contact for this acquisition are Sharon V. Jones, Contracting Officer at sharon.v.jones.civ@mail.mil, Fredicinda D. Jones, Contract Specialist at fredicinda.d.jones.civ@mail.mil, and CPT Ena G. Baran at ena.g.baran.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9a2e32651526e7e4a45737e8eb6119ec)
- Place of Performance
- Address: Fort Hood Texas 76544, Fort Hood, Texas, 76544, United States
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN05476293-W 20191019/191017230433-9a2e32651526e7e4a45737e8eb6119ec (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 |