SOURCES SOUGHT
S -- Lawn Care Services FHCC
- Notice Date
- 3/9/2022 11:29:06 AM
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0329
- Response Due
- 3/15/2022 9:00:00 AM
- Archive Date
- 04/14/2022
- Point of Contact
- antaeus.gayles@va.gov, Antaeus Gayles, Phone: 414-844-480
- E-Mail Address
-
antaeus.gayles@va.gov
(antaeus.gayles@va.gov)
- Awardee
- null
- Description
- The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is conducting market research with the intent of determining the interest, capabilities, and qualifications of potential businesses for the Landscaping replacement at the grounds of Captain James A Lovell Federal Health Care Centers VA The purpose of this request is to Provide all chemicals, supplies, materials, equipment, labor, supervision, management and transportation to perform lawn treatment services at the Captain James A. Lovell Federal Health Care Center (FHCC) located at 3001 N Green Bay Road North Chicago, Illinois. The FHCC grounds located at 3001 N. Green Bay Road, North Chicago, IL. consists of approximately 47 acres of lawn This Sources Sought Synopsis is published for market research purposes. This market research will be used to determine if a set-aside for any small business program is appropriate. Proposed project anticipates competitive, firm fixed price contract. Please review this announcement, including all attachments, in their entirety. Request that interested offerors complete and return a Capabilities Statement as described below. Capabilities Statement will be used to identify firms who possess both the capability and experience to provide Remove or replace security gates at the Jesse Brown VA Hospital. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The contractor shall provide all personnel, equipment, tools, labor, vehicles, materials, supervision, transportation and services necessary to effectively, economically, and satisfactorily perform all operations for the landscaping for the Captain James A Lovell VA facility in accordance with the DRAFT Performance Work Statement included in this posting. In addition to the information requested in the paragraph below, entitled ""Capabilities Statement"", responding parties must also indicate their size in relation to the applicable North American Industry Classification System (NAICS). The NAICS Code is 561730 with a Size Standard of $11,000,000.00 in revenue. CAPABILITIES STATEMENT Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feels is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Capabilities statement (i.e., similar government and commercial contracts for Collection, Transportation, and Disposal of Solid Waste, pertinent information, organizational structure, etc.) The period of performance shall be for approximately 2 months. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested Firm's shall respond to this Sources Sought Synopsis no later than 11:00 a.m. CST on March 15,2022. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to antaeus.gayles@va.gov. POINT OF CONTACT: Antaeus Gayles, antaeus.gayles@va.gov, Submit Capabilities Statements (e-mail preferred) by 11:00 a.m. Central Standard Time on March 15, 2022. Contracting Office Address: Please do not send by mail !!!!! CAPT James A. Lovell Federal Health Care Center (FHCC) Attn.: (GLAC) 3001 N. Green Bay Road Bldg. 1, Room: 326 North Chicago, IL. 60064-3048 Place of Performance: Edward Hines VA Federal Health Care Center 5000 5th Ave Hines Il. 60141 Primary Point of Contact: Antaeus Gayles, Contract Specialist Antaeus.gayles@va.gov ( Email Only)!!!!! Fax: 224-610-3269 STATEMENT OF WORK: AWARD NOTES: The government will conduct a price analysis of the above provided prices and award the contract to the lowest priced responsible bidder. 1.0 GENERAL: A. Provide all chemicals, supplies, materials, equipment, labor, supervision, management and transportation to perform lawn treatment services at the Captain James A. Lovell Federal Health Care Center (FHCC) located at 3001 N Green Bay Road North Chicago, Illinois. The FHCC grounds located at 3001 N. Green Bay Road, North Chicago, IL. consists of approximately 47 acres of lawn. Contractor will observe all safety requirements affecting the environment, patients, and personnel, all in accordance with the Federal and State regulations pertaining to application. B. All necessary restricted entry signage and/or warnings will be posted and followed by the (COTR), before application begins to any area. C. All prospective bidders are encouraged to survey or measure the area to be treated, used for the various treatments and the timeframes for the applications are outlined in the solicitation. D. The contractor will coordinate and notify the COTR of the scheduled dates on which the services will be performed. The scheduled dates will be adhered to unless the COTR determines application is needed after the dates listed and schedules. The contractor shall respond within five working days after the call from the COTR. If the application is not effective, the COTR or CO shall call the contractor and have them come back and reapply the application. This shall be completed within one week after the call from the COTR or CO. E. Material Safety Data Sheets (MSDS) will be submitted to the VA Safety officer, COTR, and the VA Police, on all chemicals used on the project. These MSDS sheets will be on hand at the VA prior to any applications of materials or chemicals to be used on this project. F. The contractor will be required to submit the following information to the COTR prior to the application or treatment not later than the first day application commences: 1. Name and address of pesticide business 2. Pest or target to be controlled. 3. Pesticide or herbicide to be used includes branch name and quantity. 4. Date and exact location of the application. 5. Beginning and ending dates of guarantee or warranty period of services. 6. Signature of authorized officer or representative of the pesticide or herbicide license who prepared the statement of services performed. 7. The wind direction, velocity, and the temperature at the time of application or treatment. H. Contractor may, at the discretion of the COTR, be requested to apply chemical near occupied buildings and privately owned vehicles after regular work hours. 2.0 SERVICES: A. Pre-emergent for crabgrass control, broadleaf control, fertilization, and natural fertilizer application(s): 1. First application to be performed in the late spring. 2. Second application to be performed in the early fall. B. Vegetation Control: 1. First application to be performed in the late spring. 2. Second application to be performed in the early fall. C. Nuisance Pest Control: 1. First application to be completed during the month of June. 2. Second application to be completed during the month of August. 2.1 wear visible identification at all times while on the premises of the VA Medical Center. Smoking is prohibited inside buildings. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of the VA regulations may result in a citation answerable in the United States (Federal) District Court. 2.2 VEHICLES: All vehicles will be locked and the keys removed while performing service on the parking areas. Information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the contractor for any conditions. 2.3 SAFETY REQUIREMENTS: In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of the occupants of any building. The Contracting Officer or his designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. After receipt of such notice, the contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor, his representative at the site of the work, all is deemed sufficient for the purpose aforesaid. 2.4 PAYMENT: The contractor shall be paid monthly, in arrears, for services performed during the billing month. The invoice shall include, as a minimum, the name and address of the contractor, the contract number and an itemized billing for each lawn care chemical treatment. INVOICES shall be forwarded to: FMS-VA-556 PO BOX 149971 Austin, TX 78714-9975 PRIVACY /SECURITY STATEMENT Due to minimal interaction with patients and staff, the C&A requirements do not apply and a Security Accreditation Package is not required. Bid Schedule BASE YEAR: 1 April 2022 thru 30 September 2022 The Captain James A. Lovell Federal Health Care Center (FHCC) located at 3001 N Green Bay Road North Chicago, Illinois; desire a firm-fixed contract price for lawn care chemical treatment services for the period _1 April 2022_ through __30 September 2022__ A. Pre-emergent for crabgrass control, broadleaf control, fertilization, and natural fertilizer application(s):
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5974e9141b4442c9c278664217741d3/view)
- Place of Performance
- Address: FHCC 3001 Green Bay RD North Chicago 60064
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN06262561-F 20220311/220309230108 (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 |