Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2023 SAM #7744
SOURCES SOUGHT

S -- W9123623Q5002SS NAO Ground Maintenance

Notice Date
2/7/2023 10:44:20 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123623Q5002SS
 
Response Due
2/22/2023 12:00:00 PM
 
Archive Date
04/07/2023
 
Point of Contact
Tracey Strawbridge, Phone: 7572017145, Eartha Garrett
 
E-Mail Address
Tracey.M.Strawbridge@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(Tracey.M.Strawbridge@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. NAO Ground Maintenance, Norfolk, Virginia� The Norfolk District, U.S. Army Corps of Engineers, is anticipating a future procurement for a Firm, Fixed Price Services contract, for Grounds Maintenance Services, located at the United States Army Corps of Engineers, Norfolk District, Norfolk, Virginia. Description of Work: The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing landscaping, grounds maintenance and snow removal services.� The contractor shall furnish all supervision, material, equipment, labor and other items and services necessary to perform grounds maintenance on approximately 3.5 acres of improved grounds, flower beds, associated roads, parking lots, sidewalks, tree trimming and weed control in accordance with this Performance Work Statement (PWS).� This contract is to include snow removal/ice control of approximately 15,000 square yards of parking lots, 200 yards of roadway and approximately 550 square yards of sidewalks, loading docks, exterior stairways, building entrances, emergency exit doors, handicap ramps, flagpole areas, fire hydrants, and Security Guard booth area.� The contractor will be responsible for providing all equipment and material.� The contractor will be required to contact the COR prior to the start of any storm event.� The contractor shall be required to be on-site prior to each storm event and must be prepared to start work and provide continuous services until each storm event has ended and all areas are clean and free of salt and debris.� The contractor shall develop a draft snow removal/ice control plan as part of their Technical Performance.� The final snow removal/ice control plan shall be submitted to the Contracting Officer (KO) for approval thirty (30) days after start of the contract. The work to be included but not limited to: Exterior Improvements Grass Cutting Edging Leaf Removal Soil Aeration Maintain Mulched Areas Turf Repair Pest Control Reporting Police Grounds for Trash and Litter Weed and Vegetation Control Fertilization Special Events and Emergencies Maintain Improved Grounds Trimming and Pruning of Trees/Shrubs/Hedges Maintaining Flower Beds and Planted Areas Areas Without Irrigation Systems That Require Manual Watering Snow and Ice Removal of Less Than Two (2) Inches The period of performance will be a base year and 4 option years from Notice to Proceed (NTP).� The Contracting Officer has classified this requirement as Landscaping Services �North American Industry Classification System (NAICS) code 561730.� The small business size standard is $8 million. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought.� All interested capable, qualified, and responsive contractors are encouraged to reply to this sources sought notice. It is anticipated that the Government will issue a firm fixed price contract.� We are requesting that all interested and qualified Contractors respond to this sources sought notice with a capability statement not to exceed five (5) pages. At a minimum, the statement shall include: Offeror�s name, address, point of contact, phone number, and e-mail address. Indicate business size in relation to the NAICS code 561730.� Provide your company�s Unique Entity ID, status as a qualified small business (SB), Service-Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUB Zones), Qualified Section 8(a), Women-Owned or other small business.� Contractors must be registered in the System for Award Management at the time of contract award.� Please see https://sam.gov/content/home for additional registration information. Offeror�s interest in providing a quote on the solicitation when it is issued. Offeror�s capability to perform a contract of this magnitude and complexity (include offeror�s in-house capability to execute grounds maintenance services, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); provide at least 3 examples of 100% complete projects and provide a client POC for each.� A statement of the portion, by percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the number of subcontractors by discipline. Offeror�s Joint Venture information if applicable � existing and potential. Offeror�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Firm�s Point of Contact, to include daytime phone number, e-mail address, role in company. NAICS Code: Statement that NAICS 561730 is appropriate, or a proposed NAICS that your firm feels may be more applicable. Please identify NAICS and outline why it should be used. Please only include a narrative of the requested information.� Additional information will not be reviewed. The official synopsis citing the solicitation number will be issued on System for Award Management (SAM) www.sam.gov. Subject solicitation will be advertised via Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil) Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. Respondents shall submit capability statements electronically via email to the Contract Specialist, Tracey Strawbridge at Tracey.m.strawbridge@usace.army.mil and copy the Contracting Officer, Eartha D. Garrett at Eartha. D.Garrett@usace.army.mil. The Capability Statement must be submitted no later than 3:00pm Eastern Daylight Time (EDT) on 22 February 2023. Limit sources sought response package to 5 pages. Email is the preferred method when receiving responses to this synopsis. This sources sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.� All questions and correspondence shall be directed via email to Tracey Strawbridge at Tracey.M.Strawbridge@usace.army.mil and copy Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c31998490d23441790279f2eb05f6594/view)
 
Place of Performance
Address: Norfolk, VA 23510, USA
Zip Code: 23510
Country: USA
 
Record
SN06585070-F 20230209/230207230112 (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.