Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2024 SAM #8185
SOURCES SOUGHT

S -- Region 8 Colorado Center Landscape, Grounds Maintenance and Snow Removal

Notice Date
4/23/2024 7:52:38 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
CSCLandscapeGroundsMaintenanceSnowRemoval
 
Response Due
5/8/2024 1:00:00 PM
 
Archive Date
05/23/2024
 
Point of Contact
Recurring Services Program Team, Phone: 3032368000
 
E-Mail Address
R8rspteam@gsa.gov
(R8rspteam@gsa.gov)
 
Description
This requirement will provide Landscape, Grounds Maintenance, Snow Removal, Waste Management and Other Related Services. The Landscape, Grounds Maintenance� and Related Services will include Landscape Services (to include, but not limited to:� aertion, weed control and trimming, mulching and shrub maintenance and flowerbed upkeep), Snow Removal, Irrigation and Control Services, Street Sweeping, Exterior Pest Management, Stormwater Catchment Cleanout and Maintenance, Tree Pruning and Maintenance Services, External Surface Cleaning Services (Picnic tables, concrete walkways, etc), Pressure Washing, Maintain Ash and Trash Urns Exterior to Buildings, and Waste Management to include removal of landfill items discarded of an located on the properties.� The Boulder property comprises approximately 14 acres and the Downtown Denver Properties consists of approximately 13 acres, that have multiple federally owned buildings, that will require a qualified contractor to provide a wide variety of Landscape, Grounds Maintenance and Snow Removal services. There are multiple tenant agencies housed within each of the federally owned facilities which require assured access and a well maintained property to support their agency operations/mission, many 24/7. It is imperative that the selected contractor has experience successfully maintaining multiple properties. The resultant contract will be a firm fixed-price contract for a 10 month base, with four one-year options as well as Snow Removal Services as a Time and Material CLIN. The contractor will have a transition period tentatively starting February 1, 2025 to March 31, 2025, at no cost to the Government, with actual performance period tentatively commencing on or about April 1 , 2025 Information Requested: Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information. Name of the firm, address, point of contact with name title, phone, email address, Unique Entity ID (UEID) business size and type of ownership for the organization (if applicable); and Socioeconomic status(8(a), HUBZone, SDVOSB, large business, etc) in accordance with NAICS Code 561210 Identify if your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. Provide Affiliate information: parent company, joint venture partners, and potential teaming partners if applicable. A statement of your intention to bid on this contract as a prime contractor. Provide a narrative that demonstrates your capability to perform requirements contained within the PWS. Narratives shall address the following:�Provide a summary of your firm's relevant experience within the last three years for one (1) to three (3) similar projects. References can be commercial or Government. Each respondent�s reference shall include (a) name of the project, (b) brief description of the project; and (c) dollar value of the project.� Provide relevant experience for use and management of a CMMS system (computerized maintenance management system) as it relates to the PWS requirements.� Would your firm submit an offer if this requirement is issued under a GSA MAS Contract? What information and/or resources would you typically need from the government to perform this effort? What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)? Any recommendations to improve the approach draft PWS to acquiring the identified services. Provide any general comments, thoughts, and feedback your company would like to share regarding this sources sought. Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-10) as stated above. All responses are due by 06 May 2024 at 2:00 PM MST and shall be submitted to: Tiffany Campbell, Contracting Officer:�tiffany.Campbell@gsa.gov ALTERNATE POINT OF CONTACT:�Shantelle Brungardt, Contract Specialist�, shantelle.brungardt@gsa.gov� This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2756d7c8449242faba485e2c6367fd0a/view)
 
Place of Performance
Address: Denver, CO 80294, USA
Zip Code: 80294
Country: USA
 
Record
SN07040378-F 20240425/240423230054 (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.