Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2017 FBO #5762
SOURCES SOUGHT

99 -- Landscaping Maintenance & Related Services Multiple Downtown Locations

Notice Date
8/31/2017
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
EQ5PSS1F-17-0023
 
Point of Contact
Kendrall Masten, Phone: 312-385-3052, Kimberly R Bogan-ridley, Phone: 312-353-4221
 
E-Mail Address
kendrall.masten@gsa.gov, kim.bogan-ridley@gsa.gov
(kendrall.masten@gsa.gov, kim.bogan-ridley@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT, LANDSCAPING AND RELATED SERVICES This is not a request for proposal and a contract award will not be made from this questionnaire. Your answers to the below questions may be used to tailor a solicitation for landscaping and related services. Please answer the following questions to the best of your ability and respond to Kim-Bogan.Ridley@gsa.gov by Wednesday, 9/06/17 @ 4:00 PM CST. Summary of Scope: The General Services Administration is seeking a contractor to provide the management, supervision, manpower, equipment and supplies necessary to provide landscaping maintenance services as described herein. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). If you are an Ability One Program (formerly the Javits-Wagner-O'Day Program) contractor, please include any Ability One requirements in your offer. Throughout this notice, the words "locations" and/or "buildings" appear and they both imply the same locations #1 - #9. The Contractor's Project Manager shall be on-site weekly during the first year's performance of services. The Government expects that this will be during the growing season which historically has been defined as April 15 - October 15 of each year. This is also the mowing season for buildings #6, #7 and #8. This may shift a bit earlier or later each year depending on weather. The Government expects a strong weekly presence during this time period from the Contractor's Project Manager partnering with the COR to ensure satisfactory project implementation. After approximately October 15 of the 1st base contract year until approximately April 15 of the following year, any on-site presence from the contractor requested and authorized by the Government would be reimbursed using man hour pricing. At all 9 buildings listed, the intent of this contract is for Contractors to use their up-to-date industry knowledge with respect to proven perennial and native plants to partner with GSA to jointly develop a design/build planting layout for each building's landscaping location; be it a planter, bed, container etc. for each building listed for contractors to bid on for the installation of new perennial and native plants in areas as needed at buildings #1 - #9: Location 1 2 - 219 230 S Dearborn, Chicago, IL 60604 Location 3 - 77 W Jackson, Chicago, IL 60604 Location 4 - 450 S Federal Plaza, Chicago, IL 60605 Location 5 - 536 S Clark, Chicago, IL 60605 Location 6 - 610 S Canal, Chicago, IL 60607 Location 7 - 701 Clinton, Chicago, IL 60607 Location 8 - 7358 S Pulaski, Chicago, IL 60629 Location 9 - 11 W Quincy, Chicago, IL 60604 The Government feels that the existing plant selection is suitable and all current perennials are to remain as is. The contractor shall use the utmost care when performing the new plantings, to not damage the existing plants and irrigation lines. The Government would like the new additional perennial plants to be proposed to be selected with the intent of complementing and cohabiting together with the existing perennial plants in all of the existing planted areas. In the case of raised beds or locations not suitable for perennial plants, the proposed plants may include the use of colorful annual plants. Hardy flowering drought resistant perennial and native plants shall be specified. The Government's goal under this contract is to lead by example, and strive for sustainable 3 and 4 season landscaping interest, thereby reducing the Government's maintenance costs and reducing water usage. The new planting schemes for all buildings shall be composed of all plants suitable for USDA Hardiness zone 5 and will contain as many native varieties possible of (bulbs - for early spring and summer color and texture, low flowering shrubs - for spring/summer/fall color and fill in, low growth evergreens/junipers - as appropriate, ground covers - as appropriate for fill in, grasses - as appropriate for fill in and fall/winter interest, sedges - same as grasses, etc.) appropriate for each landscaped location at the buildings listed. The Government prefers #1, #2 or #3 trade sized perennials versus pint or quart size specified to the maximum extent for the majority of the new perennials. New perennial ground covers if appropriate may be specified in flats. All of these details shall be noted in the planting plan which is to be approved by the CO prior to delivery or planting. The Contractor shall space, furnish and plant the new perennials and plants in sufficient quantities and sizes, taking into account mature height and width of all plants that will occupy a particular location and factor in appropriate air circulation space required so that at plant maturity, growing coverage in each bed/location will be full and proper. The vast majority of these planting locations are small and compact, as such keeping plant selections and maintenance appropriate for that sized area is important. Upon completion of all new planting, the Contractor shall furnish and install a light layer, evenly applied throughout (1/2" - 1") of undyed shredded hardwood mulch in and amongst all plants on top of the planting soil in that location for moisture retention and weed control. This mulch layer shall be maintained annually. Proposed Contract Type: Firm Fixed Price/IDIQ Performance contract. An Indefinite Delivery/Indefinite Quantity (IDIQ) Indefinite Delivery Vehicle (IDV) contract will be procured under North American Industry Classification System (NAICS) 238290 - Other Building Equipment Contractors, which has a small business size standard of $15 million. Responses Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email no later than Wednesday, 9/06/17 at 4:00 PM CST. Interested parties should provide the following information: 1) a) Company name. b) CAGE code. c) DUNS number. d) Size status, socio-economic certifications/categories under NAICS 561730. 2) A statement describing the company's interest and ability in performing the work and meeting scope requirements. 3) Capabilities and experience with similar scope contracts. Submitted references should highlight 2-3 recent and relevant landscaping & related services contracts in high-rise office facilities within the past five (5) years and give details on project scope, locations, and point of contact (contracting officer or COR/inspector) with titles, phone and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d9b28b945b99af28f99aa9ea18ad767d)
 
Place of Performance
Address: Location 1 2 - 219 230 S Dearborn, Chicago, IL 60604, Location 3 - 77 W Jackson, Chicago, IL 60604, Location 4 - 450 S Federal Plaza, Chicago, IL 60605, Location 5 - 536 S Clark, Chicago, IL 60605, Location 6 - 610 S Canal, Chicago, IL 60607, Location 7 - 701 Clinton, Chicago, IL 60607, Location 8 - 7358 S Pulaski, Chicago, IL 60629, Location 9 - 11 W Quincy, Chicago, IL 60604, Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN04657760-W 20170902/170831234204-d9b28b945b99af28f99aa9ea18ad767d (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.