Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2004 FBO #0786
SOLICITATION NOTICE

S -- Ground Maintenance Services at Makua Military Reservation, Island of Oahu, Hawaii

Notice Date
1/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
DABQ06-03-R-0077
 
Response Due
2/20/2004
 
Archive Date
4/20/2004
 
Point of Contact
Naomi Oshiro, 8084386535
 
E-Mail Address
Email your questions to ACA, Fort Shafter
(naomi.oshiro@shafter.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This will be a firm fixed price contract. Contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform ground maintenance services at Makua Military Reservation MMR, Island of Oahu, Hawaii. Requirement involves dealing with unexploded ordnance, maintaining native archeological sites, and has high community visibility. The issue date for this solicitation is estimated to be on or about 1 February 2004. Response date above is estimated. Ac tual proposal due date will be specified in the solicitation and may be earlier or later than 20 February 2004. Period of performance is 1 May 2004 through 30 April 2005 with 4 prepriced 12 month option periods. This procurement is a 100 percent small b usiness set aside. A firm is considered to be a small business if its average annual gross receipts for the past three years do not exceed $6.0 million. NAICS 561730, Landscaping Services pt. Telephone requests will not be honored. Requests for this so licitation may be made in writing to Army Contracting Agency, Regional Contracting Office, HI , ATTN N. Oshiro, Fort Shafter, HI 96858 5025, via fax at 8084386563, or email to naomi.oshiro@shafter.army.mil. Ensure your request clearly identifies the ema il address to which solicitations should be sent, in addition to your U.S. Postal address, a point of contact, phone number, and fax number. Interested contractors are to ensure that their provided email addresses are capable of receiving multiple attachm ents of maximum file sized content. Solicitations may be issued through electronic mail, U.S. postal service , 3-1/2 inch disk or compact disk using MS Word, Excel or Acrobat Adobe PDF files. A paper copy of the solicitation may be obtained through in-p erson pickup at the office designated above. As an option to issuing the solicitation, the Government reserves the right to post this solicitation package on our website. In the event the Government elects this option, interested offerors will be notifi ed that the solicitation is available and will be required to download the solicitation and any subsequent amendments from the website. If posted on the website, interested offerors are responsible for monitoring the website until the closing date and dow nload any amendments. Recommended IT capabilities for contractor systems are 56K modems for website downloads and 2 MB email capacity. This is a recurring requirement. Services are currently performed under two separate contracts. Current contractors a re: DAPC50-01-C-0024 Jacobsens Labor Service, Inc., and W912CN-04-P-0146 Jacobsens Labor Service, Inc. 01-C-0024 is a base with one option year and the estimated contract price is $602,720.00. 04-P-0146 is for a four-month period for a total of $8,365. 00. Services were also previously performed under two contracts: DAPC50-00-P-0258 Emerald Maintenance Services, Inc. and DAPC50-00-P-0257 Glads Landscaping & Tree Trimming. 00-P-0258 was a base with two option years and the estimated contract price was $30,300.00. 00-P-0257 was a base with two option years and the estimated contract price was $64,590.00. Forward any questions via email to: naomi.oshiro@shafter.army.mil or facsimile to Naomi Oshiro at 8084386563. Note: Current solicitation may contai n changes to items/descriptions and quantities. See Note 1 100 percent set aside for small business.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-PRH-S, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00506791-W 20040122/040120212115 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.