SOURCES SOUGHT
S -- GROUNDSKEEPING AND PEST CONTROL SUPPORT SERVICES
- Notice Date
- 1/11/2007
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- NNL07GROUNDS-SSN
- Response Due
- 2/2/2007
- Archive Date
- 1/11/2008
- Small Business Set-Aside
- N/A
- Description
- NASA Langley Research Center (LaRC) is hereby soliciting information for potential sources for Groundskeeping and Pest Control Support services for NASA LaRC. The purpose of this requirement is to provide NASA LaRC with support to maintain the grounds and to furnish pest control services at NASA LaRC. Potential sources are sought capable of performing Groundskeeping and Pest Control Support services in the following areas: 1. The contractor shall furnish the necessary management, labor, supplies, materials, transportation and equipment necessary to provide grounds maintenance and pest control services for the West area and portions of the East area of Langley Research Center. This service shall include, but not be limited to, cutting grass, edging, tree and shrub pruning, tree and stump removal, ditch, catch basin, skimming basins, septic tank and grease trap cleaning, edging, weeding, mulching, leaf gathering, fertilization, collection and disposal of trash, vegetation cutting and removal, under brushing, excavation, street sweeping, animal control, sandbagging and the collection and delivery of privacy act material. The work required shall be performed to ensure safe work conditions. The contractor will be required to perform Pest control services outside normal work schedules. One of the main functions of this synopsis is to assist the Center in determining whether an 8(a) Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The NAICS Code for this procurement is 561730 and the size standard under this code is $6.5M (Not to Exceed). Firms having the required specialized capabilities in part or in all of the above requirements should submit a capability statement of 5 pages or less documenting their ability and past experience in performing similar efforts as described above. It is requested that the following be included: name and address of firm; size of business (average annual revenue for past 3 years and number of employees); whether large, small, small disadvantaged, 8(a), HUBZone, veteran and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of relevant work performed in the past five years, including contract numbers, technical description, contract type, dollar value of each procurement, and point of contact address and phone number. Please indicate if you intend to submit an offer, and if so, as a prime or sub-contractor. All statements must be in font size 12 and are due by February 2, 2007. Technical questions should be directed to: Michael Harrell at 757-864-6402. Procurement related questions should be directed to: Michael Kaszyca at 757-864-2436. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Attn: Michael Kaszyca, Mail Stop 126, Hampton, VA 23681 or by email Michael.Kaszyca-1@nasa.gov no later than February 2, 2007. Please reference NNL07GROUNDS-SSN in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#123267)
- Record
- SN01209940-W 20070113/070111221617 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |