Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 17, 2024 SAM #8391
SOLICITATION NOTICE

S -- Vegetation Control at Honolulu Control Facility & South Kauai Facilities

Notice Date
11/15/2024 12:51:35 PM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-25-R-00039
 
Response Due
12/11/2024 5:00:00 PM
 
Archive Date
12/26/2024
 
Point of Contact
John Space, Angela Furukawa, Phone: 2062313024
 
E-Mail Address
john.g-ctr.space@faa.gov, angela.furukawa@faa.gov
(john.g-ctr.space@faa.gov, angela.furukawa@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001: The purpose of this amendment is to update the solicitation with the following information: a) Provide one-time site visit information to be held on 11/21. RSVP is required..Details indicated in the amendment document. b) Provide updated edited SOW document. c) Extend the question due date to 11/22/2024. d) Extend the bid due date to 12/11/2024, with no change in the time. IT IS THE RESPONSIBILITY OF THE VENDOR/CONTRACTOR, TO DOWNLOAD THE NEW ATTACHMENTS. REMINDER: NO PHONE CALL QUESTIONS WILL BE ACCEPTED. EMAIL QUESTIONS TO THE POCS INDICATED IN THIS SOLICITATION. The purpose of this project is to provide Vegetation Control and grounds maintenance services at Honolulu Control Facility and South Kauai SSC Facilities. HCF: The contractor must furnish all supervision, labor, equipment, materials, supplies and tools required to maintain landscaping by pruning shrubs, plants and trees, mowing lawns, irrigating, fertilizing, weed control, and maintaining the irrigation system at the Honolulu Control Facility, and by other methods specified in this specification. Contractor must also provide transportation to and from work site for contractor personnel, equipment, materials, supplies and tools required. All vehicles, mowing and spray equipment or other machines that are equipped with sparkp1ugs must be provided with appropriate radio frequency (RF) suppression devices. Weed control must be controlled by herbicide. Dead weeds must be removed and properly disposed of. The herbicide to be used will be ""Rodeo"" or approved equal, and must be applied only during calm weather conditions and with the nozzle of any spray equipment used, adjusted or modified to prevent over-spray. Trained personnel who are thoroughly familiar with this type of work must apply herbicides. Any required pre-treatment must be performed in accordance with the manufacturer's recornn1endations. All refuse and rubbish, such as fallen trees, pruned tree limbs, shrubbery, cuttings and leaves resulting from the contractor's work must be removed from the FAA HCF property and hauled away to a proper landfill. The Scope of Work includes, but is not limited to, maintaining landscape and irrigation system in accordance with the attached sketches and accepted practices of the trade. Kauai SSC: The purpose of this SOW is to obtain grounds maintenance services at SOK VORTAC, LIH ASR & SOK NXRAD by means of a combination firm fixed-price and indefinite quantity contract. The Contractor must furnish all labor, supervision, equipment, and materials necessary to provide grounds maintenance services in accordance with the requirements specified herein. The operations to be performed must include cutting grass, edging, fertilization, collection and disposal of litter and trash, vegetation cutting and removal, under brushing, grassing, sodding, sprigging, erosion control, tree and shrub pruning, tree and stump removal, irrigation, ditch cleaning, and other miscellaneous services as described herein. All operations will be performed pursuant to Executive Orders 13423 and 13514, and the FAA Green Procurement Plan (GPP). As such, the Contractor must use environmentally preferable products and services. These program elements include, but are not limited to: products and services that are energy-efficient, water-efficient, bio based, non-ozone depleting, contain recycled-content, and non- toxic or less-toxic alternatives; diversion of non-hazardous waste and construction and demolition debris from landfills, including composting; alternative fuels use and fuel efficient vehicles and equipment, reduced greenhouse gas emissions, and integrated pest management. These program elements are described on the Office of the Federal Environment Executive website (http://www.ofee.gov). Contractor must also provide transportation to and from work site for contractor personnel, equipment, materials, supplies and tools required. All contractors must have an active registration in SAM in order to receive the award. See Statement of Work attachment under Section J for details. The intended NAICS code is 561730 � Landscaping Services. Period of Performance: 01/01/2025 to 12/31/2029 the Contracting Officer's physical location is in Des Moines, Washington.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ddddd0f1d87046e1af1e2aa0a5943122/view)
 
Place of Performance
Address: Honolulu, HI 96818, USA
Zip Code: 96818
Country: USA
 
Record
SN07266399-F 20241117/241115230103 (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.