SOURCES SOUGHT
S -- Electrical Right of Way Tree Trimming - Sources Sought
- Notice Date
- 4/8/2025 12:19:33 PM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
- ZIP Code
- 29404-5021
- Solicitation Number
- FA441825Q0023
- Response Due
- 4/21/2025 1:00:00 PM
- Archive Date
- 05/06/2025
- Point of Contact
- Morgan Hart, Phone: 8439638973, Matthew Michel
- E-Mail Address
-
morgan.hart.1@us.af.mil, matthew.michel@us.af.mil
(morgan.hart.1@us.af.mil, matthew.michel@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A REQUEST FOR QUOTATIONS OR PROPOSALS. THIS IS A REQUEST FOR INFORMATION FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA441825Q0023 and shall be used to reference any written responses to this source sought. Joint Base Charleston anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 561730 � Landscaping Services with a size standard of $9,500,000.00 The requirement is to provide 628 Civil Engineering Squadron (CES) overhead electrical right of way (ROW) vegetation clearance. Work will be accomplished on Joint Base Charleston (JB CHS) Naval Weapons (WS) station and Air Base (AB) within installation boundaries and around installation owned utilities. The Contractor shall trim or cut back all vegetation from identified power lines a minimum of 20-feet to each side, or to adjacent tree lines, whichever is closer. Identified lines shall have a minimum clearance of 10-feet above and below. Limbs exceeding minimum clearance are exempt and authorized to canopy lines. Transmission lines will not be included in this contract. Contract includes distribution and service lines only. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. We are interested in any size business that is capable and interested in this requirement. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services in accordance with the attached PWS. Contractor is required to provide all management and labor required for the operation and management of the required services. Please indicate any current arborist certifications held such as ISA Certified Arborist Utility Specialist or Line Clearance Arborist Certifications or any other relevant specialty certifications obtained. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Draft PWS and installation utility renderings are attached. Comments and questions are encouraged. Please provide information regarding any minimum size job or maximum size job your firm would be capable and interested in performing if under contract for these services. E.g., If under an indefinite delivery contract, what would be the minimum size work order you would want to accept? What would the maximum size work order you would want to accept? Include in your capabilities package your Company Name, Point of Contact Information including phone number, email address, SAM UEI, and Cage Code. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: morgan.hart.1@us.af.mil and matthew.michel@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 21 April 2025. Attachments: 1) Draft Performance Work Statement 2) Installation Utility Rendering
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a3a705f29a074b57afc75bba6e3eb23f/view)
- Place of Performance
- Address: Charleston AFB, SC 29404, USA
- Zip Code: 29404
- Country: USA
- Zip Code: 29404
- Record
- SN07401784-F 20250410/250408230056 (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 |