Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2020 SAM #6802
SOLICITATION NOTICE

S -- Grounds Maintenance, Patrick AFB, FL

Notice Date
7/12/2020 2:45:30 PM
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
 
ZIP Code
32925-3237
 
Solicitation Number
FA2521-20-B-0014
 
Response Due
7/12/2020 2:40:00 PM
 
Archive Date
07/27/2020
 
Point of Contact
Charles A. Speed, Phone: 3214945023, Fax: 3214946193, Kimberly S. Horner, Phone: 3214940447
 
E-Mail Address
charles.speed.2@us.af.mil, kimberly.horner@us.af.mil
(charles.speed.2@us.af.mil, kimberly.horner@us.af.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
PRE-SOLICITATION NOTICE: This is NOT a request for proposal or invitation for bid.� The 45th Contracting Squadron, Patrick AFB, FL announces the anticipated release of Solicitation number FA252120B0014 being issued as an Invitation for Bids (IFB).� All applicable provisions and clauses will be included in the actual solicitation.� This electronic announcement constitutes the pre-solicitation notice. This solicitation is being offered to Women Owned Small Business (WOSB) firms; all others will be deemed non responsive.� Contract award will be based on Sealed Bid in accordance with FAR Part 52.212-1.� Award will be made to the responsible bidder whose bid, conforming to the invitation, will be most advantageous to the Government, considering only price and price-related factors included in the invitation. Interested parties should register on-line and subscribe to receiving procurement announcements related to this solicitation via the website at www.beta.sam.gov.� There will be no paper copies of this IFB.� All IFB information may be obtained through the above referenced website.� Any questions related to this IFB must be submitted electronically via email to, charles.speed.2@us.af.mil and kimberly.horner@us.af.mil. ��Please reference IFB #FA252120B0014 on all correspondence. Title: Grounds Maintenance, PAFB Place of performance:� Patrick Air Force Base, Florida 32925 Brief description of work: The requirement is to provide all management, personnel, tools, supplies, equipment, materials, and labor necessary to ensure that grounds maintenance is performed at Patrick Air Force Base (PAFB) in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance. �The contract performance period will include one basic period from 1 October 2020 to 30 September 2021, four one-year option periods extending through 30 September 2025, and a 6-month extension period extending through 31 March 2026, as necessary. The proposed project also includes the following items. The contractor shall have a fertilizer application program reviewed and accepted by the Contracting Officer prior to start of work.� The contractor shall employ Integrated Pest Management practices such as surveying, identification of pest(s), cultural control, physical controls, biological control, and only when required, use of chemical control methods IAW DoDI 4150.07.� The Contractor shall use only approved pesticides as stated in DOD Instruction 4150-07, DOD Pest Management Program, Encl 4.6 and AFI 32-1053, Pest Management Program, para 4.7. All pesticides are defined in DoD and Air Force documents.� 45 CES Environmental Flight and Pest Management Section must review and� approve� all herbicide, insecticide, pesticide and fungicide products prior to use.� The Contractor shall comply with current federal, state, local, DoD, and Air Force regulations, plans, and policies. The contractor shall coordinate all activities on the airfield by contacting Airfield Management.� Work will be accomplished only after Airfield Management has approved scheduled times. Training must be completed prior to operating vehicles or mowers on the flight line.� All employees working on airfield grounds shall be required to have an AF Form 483, Certificate of Competency (flight-line driver�s license) with them at all times.�� The contractor shall be radio-equipped to maintain constant two-way radio contact with the control tower and Airfield Management when operating near runways, overruns, and taxiways.� The contractor shall attain all required permits and perform all tree work in accordance with contract specifications and the following tree care standards, latest addition, unless otherwise directed by the CO. ANSI A300 - Standard Practices for Tree Care Operations including referenced Combined Federal Regulations (Utility Pruning and Emergency Service Restoration).� The contractor shall upon notification by the CO through the issuance of an oral or written task order, perform emergency or special event grounds maintenance service.�� Upon notification of an emergency, the contract manager shall respond within one (1) hour to meet with the CO and government evaluator and initiate emergency services.� Upon receiving direction by the contracting officer, contractor personnel shall begin emergency work within two hours.� All functions are considered commercially available. NAICS Code:� 561730 Size Standard:� $8M The IFB will be available on or about July 28, 2020.� This project has a prebid site visit scheduled for Thursday, August 12, 2020 (Tentative) at 9:00 am EST.� All bidders are highly encouraged to attend.� This is a single-award Indefinite-Delivery, Indefinite-Quantity contract award. � The Invitation for Bid will be available by Electronic Transmission only at: https://beta.sam.gov. Potential bidders must be currently registered in System for Award Management to be eligible for award.� (See internet site: https://beta.sam.gov).� Payment for this acquisition will be made through the Wide Area Workflow (WAWF) System.� Contractors must be registered in WAWF, see internet site: https://wawf.eb.mil for registration.� All responsible sources may submit an offer which will be considered by the 45th Space Wing. Four Attachments: Attachment #1 Site Visit Rules of Engagement Attachment #2 Installation Access List for base access Attachment #3 Questions & Answer template Attachment #4 Performance Work Statement - Draft
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/438d933d64a644d8b2bb9d26815d1d73/view)
 
Place of Performance
Address: Patrick AFB, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN05718341-F 20200714/200712230134 (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 |
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.