Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

S -- Airfield Runway (ADCS) Tree Clearing

Notice Date
8/5/2020 1:44:04 PM
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N69450-20-R-1527
 
Response Due
8/12/2020 2:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
rebecca Winkler, Phone: 850-623-7434, LT Marvie Wonsia, Phone: 850-623-7181
 
E-Mail Address
rebecca.winkler@navy.mil, marvie.j.wonsia1@navy.mil
(rebecca.winkler@navy.mil, marvie.j.wonsia1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. INTRODUCTION Naval Station�Whiting Field intends to solicit competitive�quotes in support of Naval Facilities Engineering Command Southeast (NAVFAC SE) located in Milton, Florida using commercial items prepared in accordance with FAR Subpart 12.6 and simplified acquisitions procedures for commercial items found at FAR Part 13, supplemented with additional information included in this notice.� A Request for Quotes (RFQ) is anticipated to be posted by�13 August 2020 via RFQ N69450-20-R-1527 on FedBizOpps (www.fbo.gov) website.� Quotations will be due 30 days after the issuance of the RFQ.� NAVFAC SE Whiting Field intends to award a commercial services�Firm Fixed-Price (FFP) contract�on or about�30 Sept 2020. 2. REQUIREMENT: The project scope is intended to provide tree cutting/clearing, of all trees within the boundary to ground level and convert some areas to Turf with hydro seeding.�� Work includes, but is not limited to, providing all labor material and equipment to provide tree removal services to include:� tree cutting, grubbing, tree and stump�clearing/removal and hydro seeding�services.��Locations of the work will be performed in the Milton, FL area.� The contract will include FAR 52.219-14, Limitations on Subcontracting, where the Contractor must self-perform at least 50% of the services. 3. SYNOPSIS OF REQUIREMENT: The�contract�is anticipated to�have a final period of performance of 365 calendar days from date of award.� Each option�will have a completion period of performance of 80 calendar days.� The cumulative total for the base�and all options will be awarded between $2M-$5M. It is anticipated that Fixed Unit Prices be established for the identified�requirement for the base�and each option.� The North American Industry Classification System (NAICS) code for this acquisition is 561730 �Landscaping Services with size standard of $8 million.� The Federal Supply Code (FSC) is S208, Grounds Maintenance.� This requirement is 100% set-aside Small Business only for concerns with the applicable NAICS.� Applicable concerns must have an active registration in the System for Award Management (www.sam.gov) and eligible for a Determination of�Responsibility from the SBA.� Faxed offers and amendments will not be accepted. 4. REQUIRED SITE VISIT: A site visit is anticipated to be held between 25 - 27 Aug 2020.� �Base�Access forms,�attached with the solicitation, must be provided to Rebecca Winkler and LT Marvie Wonsia no later than�19 Aug 2020.� *Please note there are additional requirements for base access for those traveling from more than 150 miles away.���Interested parties shall contact Rebecca Winkler at rebecca.winkler@navy.mil and LT Marvie Wonsia at marvie.j.wonsia.1@navy.mil, no later than�24 Aug 2020 for additional site visit information.� Quotations submitted by offerors who do not attend, or were not represented, at the site visit will not be considered for the award of this project.� It is considered impractical to determine, without inspection, the exact nature of the work and site conditions under which the work is to be performed.� 5. PROPOSAL REQUIREMENTS: Companies submitting proposals for this opportunity must submit their Experience Modification Rate (EMR) and Days Away from Work, Restricted Duty, or Job Transfer (DART) rate to assist the review team in determining the contractors past safety record.� Additionally, offeror�s are requested to submit three past performance references that will be used to help determine the contractor�s performance on previous contracts.� No past performance records will result in a neutral rating of the offeror.� �The Government will perform an evaluation of the price�proposals by comparing the unit prices proposed to each offeror to determine adequate price competition.� �Award will be made to the offeror with the lowest price and determination of Responsibility by the SBA.��� 4. PLACE OF PERFORMANCE: Naval Station Whiting Field Milton, Florida 32570 5. CONTRACTING POINT OF CONTACT: Rebecca Winkler, Contracting Officer: rebecca.winkler@navy.mil 6. ADDITIONAL INFORMATION: Any aforementioned dates are subject to change.� All amendments to the solicitation will be posted on this website. Offerors are cautioned to check the website periodically for amendments.� A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. Search Results: Procurement Synopsis Database Page 1 of 2 https://
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/87a663c1231842409d3ef021f844f77f/view)
 
Place of Performance
Address: Milton, FL 32570, USA
Zip Code: 32570
Country: USA
 
Record
SN05745999-F 20200807/200805230154 (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.