Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2012 FBO #3785
SOURCES SOUGHT

S -- 8(a) Grounds Maintenance - Experience Questionnaire

Notice Date
4/3/2012
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-12-R-0010
 
Archive Date
4/30/2013
 
Point of Contact
Vanessa Lechon, Phone: 8056052484, Sandra A Odem,
 
E-Mail Address
vanessa.lechon@vandenberg.af.mil, sandra.odem@vandenberg.af.mil
(vanessa.lechon@vandenberg.af.mil, sandra.odem@vandenberg.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Experience Questionnaire due 18 April 2012, NLT 2pm. 8(a) Grounds Maintenance - Sources Sought This is a Sources Sought Notice only. No solicitation is being issued at this time. 30 CONS/LGCB is seeking commercial sources to provide all management, personnel, tools, supplies, equipment, materials, and labor necessary to ensure that grounds maintenance is performed at Vandenberg Air Force Base (VAFB) in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance. It is anticipated that the contract performance period will include one basic period from 1 April 2013 to 31 March 2014, four one-year option periods extending through 31 March 2018, and a 6-month extension period extending through 30 September 2018. This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 561730-Landscaping Services. The size standard for NAICS 561730 is $7M. The government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, or Service-Disabled Veteran-Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business,or small business), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of similar services offered to the Government and to commercial customers. 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. Interested firms are requested to provide the aforementioned information, along with interest and capability statements, utilizing the attached Experience Questionnaire NLT 18 April 2012. This Sources Sought Notice is also issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration (please limit to no more than two pages-separate from questionnaire limitation) are requested to be submitted in writing with the capabilities statement due on 18 Apr 2012. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation. Submissions to this notice may be emailed to Vanessa Lechón, 30 CONS/LGCB at vanessa.lechon@vandenberg.af.mil. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-12-R-0010/listing.html)
 
Place of Performance
Address: Vandenberg AFB, Lompoc, California, 93436, United States
Zip Code: 93436
 
Record
SN02712318-W 20120405/120403235120-4085572eba21fdab0b2c0f00aad6d4d9 (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 |
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.