MODIFICATION
S -- Grounds Maintenance Service
- Notice Date
- 2/7/2020 1:36:39 PM
- Notice Type
- Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
- ZIP Code
- 76544-5025
- Solicitation Number
- W91151-19-R-0005
- Response Due
- 3/9/2020 11:00:00 AM
- Archive Date
- 03/24/2020
- Point of Contact
- Fredicinda D. Jones, Contract Specialist, Sharon V. Jones, Contracting Officer
- E-Mail Address
-
fredicinda.d.jones.civ@mail.mil, sharon.v.jones.civ@mail.mil
(fredicinda.d.jones.civ@mail.mil, sharon.v.jones.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Mission and Installation Contracting Command (MICC) Fort Hood is issuing a SOLICITATION for Proposal, for a Firm Fixed Price (FFP) Service contract to provide Grounds Maintenance Service to Fort Hood, Texas. This acquisition is 100% set aside for Small Businesses under NAICS 561730 Landscaping Services (Size Standard $8 Million). The Contractor shall ensure all work accomplished in the performance of this PWS meets all applicable Federal, State, and local laws, regulations, and directives to include, but not limited to, the publications in Section 7, Related Documents. The Contractor shall provide 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. The Contractor shall perform mowing, trimming, edging, debris removal, and chemical sterilant application for approximately 3,000 acres of the Fort Hood Installation. The Contractor shall ensure all work performed results in a healthy, clean, neat, and professional appearance to all grounds serviced. The Contractor shall remove all debris, residue, and grass clippings from all areas adjacent to the mow area being serviced. Adjacent areas include, but are not limited to, sidewalks, parking lots, curb lines, gutters, landscaped beds, and surface areas that are topped out with rip rap, or other rocky or gravel materials used to finish the surface area. The Contractor shall maintain mowing height to requirements for all areas as specified in Technical Exhibit (TE) E IMCOM Standards. All work shall be performed by personnel qualified in accordance with (IAW) applicable laws and regulations, and 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 Main Cantonment), and TE A2 (GM FY 20 West Fort Hood (WFH) Cantonment). The Contractor shall compile historical data, prepare required reports, and submit all information as specified by the Deliverables presented in Section 6 of the PWS. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS of this contract. The intent is to establish work requirements that are performance-based and results-oriented. The Contractor 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 Contractor shall ensure all work accomplished maintains and presents a healthy, clean, neat, and professional appearance to all grounds included and covered by this contract in support of mission requirements for users, residents, and visitors. Due to the decrease in mowing, trimming, edging, and chemical sterilant application during the preceding months prior to contract award, there is a reasonable expectation that there will be overgrowth of the vegetation throughout the Installation mowing areas (TE D Areas and Acreage, TE A1 GM FY20 Fort Hood Main Cantonment FY 20, and TE A2 GM FY 20 WFH Cantonment). Contractor shall be prepared to meet contract requirements and not make assumptions regarding the current state of compliance. The acquisition provides for a contract with a 30-day phase-in period, an 11 month base period and four (4) one (1) year option periods. The solicitation package will include a Performance Work Statement (PWS), Performance Requirements Summary (PRS), Technical Exhibits, and Attachments. This contract is subject to the Service Contract Act and the applicable Wage Determination (currently WD 15-5237 (Rev. -12) � An organized pre-proposal conference/site visit will be conducted for this requirement. See solicitation for more details. No paper copies of this solicitation are or will be made available. 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. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c83f2f1e2d544feabed8285487e6e2be/view)
- Place of Performance
- Address: Fort Hood, TX 76544, USA
- Zip Code: 76544
- Country: USA
- Zip Code: 76544
- Record
- SN05554246-F 20200209/200210120625 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |