DOCUMENT
S -- Grounds Maintenance and Landscaping Services at the Naval Station Newport Complex, Newport, RI (including the Army Reserve Center); the Naval Undersea Warfare Center Division Newport, Newport, RI, an - Attachment
- Notice Date
- 12/5/2012
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008513R3507
- Response Due
- 12/20/2012
- Archive Date
- 1/4/2013
- Point of Contact
- LeeArjetta W. Hamilton
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT) is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel and capability to perform a proposed contract. NAVFAC MIDLANT, NE IPT anticipates awarding a combination Firm-Fixed Price/Indefinite Quantity type of contract. The total contract term including the exercise of any options, shall not exceed 60 months. Source Selection procedures will be used to select the proposal that provides best value to the Government. The Contractor shall provide all labor, management, supervision, tools, materials, and equipment necessary to provide Grounds Maintenance and Landscaping Services at the Naval Station Newport Complex, Newport, RI (including the Army Reserve Center); the Naval Undersea Warfare Center Division Newport, Newport, RI, and Fishers Island, NY; and the Naval Health Clinic New England, Newport and Other Areas of Responsibility (AOR). General Work Requirements: Grounds maintenance and landscaping services includes lawn care, mowing and trimming, edging, vegetation control, debris removal, shrub and hedge maintenance, plant maintenance, plant bed maintenance, tree maintenance, athletic field maintenance and storm drain maintenance within installation grounds parcels designated as improved, semi-improved and unimproved areas. Weed control is limited to application of herbicides or mechanical methods. For other pesticide chemical application, see Specification 1503020, Pest Control. In addition to weed control contiguous to buildings, streets, roads, and fences included within the specification, Pest Control, is used for the application of herbicides in turf areas and in ornamental plant beds. Storm drains below the surface of the covers will be cleaned using the Grit Chamber Contract. Snow Removal and Deicing Operations (snow plowing and sanding/salting operations) will be performed by the Contractor on roads and parking lots at the Naval Station Newport Complex when ordered by the Ordering Officials, Snow Removal and Deicing Operations. Sidewalk, doorway, and loading dock snow removal and deicing operations are performed under this Grounds Contract for NUWC areas only. Snow removal at the NUWC Fishers Island, NY site is not performed under this contract. The Contractor shall provide all labor, management, supervision, tools, materials and equipment required to perform pest control services at Naval Station Newport Complex, Newport R.I. Pest control services are not required at the Naval Undersea Warfare Center ™s Fishers Island Facility, Fishers Island, N.Y. The Contractor shall perform pest control services to prevent and control the following: Industrial, Sidewalk, Substation, Vault, Right-of-Way Weed Control and Turf and Ornamental Bed Weed Control. The Contractor shall provide Snow Removal and Deicing Operations as described when requested by the Ordering Official. This sub-annex is IDIQ and the Ordering Official will call in the Contractor on individual task orders as necessary. The work will be performed at various locations at the Naval Station Newport Complex, Newport Rhode Island to include the following areas: Melville North, Melville South, Midway, Green Lane Mini-Mart, Firefighter Trainer, Child Care Center, Coddington Cove, Coddington Point, Coaster ™s Harbor Island, Naval Health Clinic New England Newport (NHCNE), Naval War College (NWC), Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), Defense Highway and Stringham Road. Sidewalk, doorway, and loading dock snow removal and deicing operations are performed under this Grounds Contract for NUWC areas only. Snow removal at the NUWC Fishers Island, NY site is not performed under this contract. All Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) is an acceptable strategy for this procurement. All qualified firms are encouraged to respond. The appropriate NAICS Code is 561730. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company ™s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, NE IPT, 9742 Maryland Avenue, Bldg. Z144, 1st Floor, Room 113 Attn: LeeArjetta W. Hamilton Norfolk, VA 23511-3689 Responses must be received no later than 2:00 pm Eastern Standard Time on December 20, 2012. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to LeeArjetta W. Hamilton at the above address and email at leearjetta.hamilton@navy.mil, or via telephone at (757) 341-1971.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R3507/listing.html)
- Document(s)
- Attachment
- File Name: N4008513R3507_Sources_Sought_-_5_December_12.pdf (https://www.neco.navy.mil/synopsis_file/N4008513R3507_Sources_Sought_-_5_December_12.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008513R3507_Sources_Sought_-_5_December_12.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008513R3507_Sources_Sought_-_5_December_12.pdf (https://www.neco.navy.mil/synopsis_file/N4008513R3507_Sources_Sought_-_5_December_12.pdf)
- Place of Performance
- Address: PWD Newport/FEAD Newport
- Zip Code: Building 1, Simon Pietri Drive
- Zip Code: Building 1, Simon Pietri Drive
- Record
- SN02942702-W 20121207/121205233926-92da38d7f6d04abdb2a061ebd357a730 (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 |