Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2020 SAM #6636
SOLICITATION NOTICE

S -- Electric Utility Tree Trimming and Ground Clearing Services

Notice Date
1/28/2020 12:17:35 PM
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R0011
 
Response Due
2/18/2020 11:00:00 AM
 
Archive Date
03/04/2020
 
Point of Contact
Darlene Tucker, Phone: 757-341-0093, Fax: 757-341-0079
 
E-Mail Address
darlene.tucker@navy.mil
(darlene.tucker@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
REP #� N40085-20-R-0011 This is not a request for either a quote or proposal, or an invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential offerors of an FSC IDIQ for Tree Trimming and Ground Clearing Services at Naval Station and Chambers Airfield, Norfolk, VA; Naval Amphibious Base Little Creek, Norfolk VA including Fort Story, Virginia Beach, VA; Naval Air Station Oceana, Virginia Beach, VA including Dam Neck Naval Training Center, Virginia Beach, VA; Fentress Airfield, Virginia Beach, VA; Naval Weapons Station Yorktown, York County, VA including Cheatham Annex, Williamsburg, VA; Norfolk Naval Ship Yard, Portsmouth, VA including Portsmouth Naval Hospital, and St. Julian�s Annex, Portsmouth VA and at sites located within a 50-mile radius of the listed sites. The work includes but is not limited to: Electric Utility Line Tree Pruning, Tree Removal, �Stump Removal and Surface Root Removal, Surface Ground Root Removal, (Large and Small Stump Removal), Under Brushing, the Cutting and Removal of Herbicide Vines and the Application of Herbicide, Brush Trimming and/or Removal in and around high voltage power distribution lines at Naval Station and Chambers Airfield, Norfolk, VA; Naval Amphibious Base Little Creek, Norfolk VA including Fort Story, Virginia Beach, VA; Naval Air Station Oceana, Virginia Beach, VA including Dam Neck Naval Training Center, Virginia Beach, VA; Fentress Airfield, Virginia Beach, VA; Naval Weapons Station Yorktown, York County, VA including Cheatham Annex, Williamsburg, VA; Norfolk Naval Ship Yard, Portsmouth, VA including Portsmouth Naval Hospital, and St. Julian�s Annex, Portsmouth VA and at sites located within a 50-mile radius of the listed sites. The work identified is to be provided by means of an FSC IDIQ with Non-Recurring Services type of contract.�� Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the Government. Offerors will be evaluated using the Lowest Priced Technically Acceptable Method.� In order to permit efficient competition, the Navy will utilize the following methodology:� Proposals will initially be screened for price and placed in order of price (lowest priced to highest price).� The Navy will then evaluate the technical factors of the lowest priced proposal.� The Navy will make award to the lowest priced technically acceptable proposal.� However, if the lowest priced proposal is not found to be technically acceptable, the Navy, at its sole discretion, reserves the right to increase the number of proposals it will review, until the Government identifies a technically acceptable proposal.� Accordingly, under this methodology, the technical factors of some proposals may not be evaluated by the Navy.� If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both technical and price) for the purpose of establishing a competitive range.� Proposers are advised that the Government intends to evaluate proposals and award without discussions or any contact concerning the proposals received.� Therefore, proposals should be submitted initially on the most FAVORABLE terms.� Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss or revise their proposals.� If discussions are deemed necessary by the Contracting Officer, all proposals will be evaluated (both non-price and price) for the purpose of establishing a competitive range. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be advantageous to the Government price and other evaluation factors considered.� The offeror�s proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The solicitation requires the evaluation of price and the following non-price factors:� Factor 1 � Technical Approach/Management, Factor 2 � Corporate Experience, Factor 3 � Safety and Factor 4 � Past Performance.� NOTE:� Offerors MUST be evaluated as technically ACCEPTABLE under factors 1, 2, 3 and 4 in order to be considered technically acceptable overall. Factor 2 Corporate Experience and Factor 4 Past Performance: �The Offeror shall submit projects that are similar in size, scope and complexity to the solicitation.� Size:� A maintenance service contract with the cumulative value of at least $500,000 per year� This may include one project or multiple indefinite delivery/indefinite quantity orders. Scope: Demonstrate the ability to provide all labor, management, supervision, tools, material and equipment necessary to provide Electric Utility Tree Trimming and Ground Clearing Services and other items necessary as defined by the RFP, such as: �Electric Utility Line Tree Pruning, Tree Removal, �Stump Removal and Surface Root Removal, Surface Ground Root Removal, (Large and Small Stump Removal), Under Brushing, the Cutting and Removal of Herbicide Vines and the Application of Herbicide, Brush Trimming and/or Removal in and around high voltage power distribution lines.� Complexity: Demonstrate the ability to respond simultaneously to multiple service calls (routine, urgent, and emergency) for various locations throughout the installation and supporting annexes. Demonstrate the ability to manage competing priorities in order to support customer demands. Offers shall be submitted for the performance of work for a period of one year.� However, the initial term of the contract may be for a period of less than one year.� The Government has the option to extend the term of the contract services for additional periods of one to twelve months.� The contract will be for a base period with four (4) one-year option periods, which, cumulatively, will not exceed sixty (60) months.� The proposed procurement will be issued as a NAVFAC Mid-Atlantic Electronic Facilities Support, IDIQ Contract with online ordering capability using FedMall for the Indefinite Quantity Exhibit Line Item Numbers (ELINs).�� Acceptance of Government Purchase Credit Card is required along with the purchase of FedMall Encrypted software.� The North American Classification System (NAICS) is 561730, the size standard is $8.0M.� The proposed procurement listed herein is limited to qualified 8(a) set-aside certified firms.� The RFP will be made available in electronic format only (Adobe Acrobat (.pdf)) and will be posted on the Beta.SAM.gov website: �https://beta.sam.gov on or about 18 February 2020.� The estimated proposal due date shall be at least 30 days after the RFP is posted. The solicitation will be available in electronic format ONLY. �Contractors - Technical inquiries must be submitted in writing to Darlene H. Tucker (darlene.tucker@navy.mil) 10 days prior to the RFP due date.� Notifications of any updates or amendments to the solicitation will be posted on the website only. Contractors are encouraged to register on the Beta.Sam.GOV website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.�All prospective contractors are required to register in the System for Award Management (SAM) database. Failure to register in the SAM database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/SAM/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ba0724535424b7bbaea2f70611e0f9e/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05545273-F 20200130/200128230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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