SOURCES SOUGHT
S -- United States Naval Academy Grounds Maintenance IDIQ Contract
- Notice Date
- 12/7/2020 8:56:21 AM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- 5838642
- Response Due
- 12/18/2020 9:00:00 AM
- Archive Date
- 01/02/2021
- Point of Contact
- Eric T. Walker, Phone: 2024330908, Fax: 2026851788
- E-Mail Address
-
eric.t.walker@navy.mil
(eric.t.walker@navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- SOURCES SOUGHT NOTICE FOR UNITED STATES NAVAL ACADEMY GROUNDS SERVICES FOR VARIOUS FACILITIES WITHIN THE NAVAL SUPPORT ACTIVITY ANNAPOLIS AREA OF RESPONSIBILITY Synopsis: This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. This is a SOURCES SOUGHT NOTICE to identify companies with the capacity, experience, and interest in competing for an Annapolis Grounds contract at the United States Naval Academy. The current requirement will result in the award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Naval Support Activity (NSA) Annapolis, including the United States Naval Academy Complex (USNA) located in Anne Arundel County, Maryland.� The resultant contract will be a performance-based type contract comprising both Recurring Work and Non-Recurring Work.� The NSA Annapolis grounds maintenance contract provides critical installation services to include: maintenance and upkeep of all lawns, flower beds, fields, and vegetated area at NSA Annapolis and the U.S. Navy Academy; the care, maintenance and repair to athletic field in according with National Collegiate Athletic Association (NCAA) standards; the trimming, pruning, and care of historically sensitive trees at the U.S. Navy Academy, including arborist consultations emergency services to remove fallen trees impacting facilities, road access, or ATFP concerns; and ice and snow removal from pedestrian walkways and building entrances. The work will be accomplished under a combination Firm Fixed-Price (FFP) and Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The contract term will be a base period with a potential of four one-year option periods and one six-month option period. The estimated value will be about $20M-$22M (estimated $4,000,000.00 each year) firm fixed-price per year with possible IDIQ work of an unknown value at this time. Historically this procurement has been set-aside for 8(a) firms' small business firm.� The incumbent contractor has graduated from the program and the government needs to determine whether there are adequate capable and qualified 8(a) firms for this requirement.� All interested small businesses, women-owned small businesses, service-disabled veteran owned small businesses, certified HUBZone small businesses, and certified 8(a) small disadvantaged businesses are encouraged to respond.� Upon review of industry response to this Sources Sought Synopsis, the Navy and the Small Business Administration will determine whether this requirement remains in the 8(a) program. All qualified small business firms are encouraged to respond.� The appropriate NAICS code is 561730, Landscaping Services. This is one of the market research tools being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.� It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey. Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company�s experience in performing Grounds Service Contracts as the prime contractor in the last five years identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Your submission is limited to five pages. (1) Relevant Experience, no more than three (3) contracts, to include experience in performing efforts of similar size ($2M to $10M) for a IDIQ, $250K to $4M for a task order or stand-alone contract and scope (including recurring and non-recurring work and managing multiple task orders simultaneously) within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, acreage of project, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. This package shall be sent to the following email address jillita.bulluck@navy.mil All responsible interested sources are encouraged to submit their information no later than December 18th, 2020 to Jillita Bulluck via email at jillita.bulluck@navy.mil. Questions or comments regarding this notice may be sent to the same e-mail address. All information is to be submitted at no cost or obligation to the Government. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aefa762ecf6d427db37bd28a5ded65f9/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20374, USA
- Zip Code: 20374
- Country: USA
- Zip Code: 20374
- Record
- SN05868334-F 20201209/201207230146 (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 |