Indiana Bids > Bid Detail

Grounds Maintenance at the Naval Support Activity Crane, Indiana and Glendora Test Facility, Sullivan, Indiana

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159901502732331
Posted Date: Oct 6, 2023
Due Date: Oct 23, 2023
Source: https://sam.gov/opp/de64d1e794...
Follow
Grounds Maintenance at the Naval Support Activity Crane, Indiana and Glendora Test Facility, Sullivan, Indiana
Active
Contract Opportunity
Notice ID
N4008524R2509
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 06, 2023 02:56 pm EDT
  • Original Response Date: Oct 23, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Crane , IN 47522
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008524R2509; Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an indefinite delivery indefinite quantity contract with recurring and nonrecurring services for grounds maintenance at the Naval Support Activity, Crane, Indiana and Glendora Test Facility, Sullivan, Indiana. The contractor shall provide all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with grounds maintenance services in accordance with all applicable federal, state, and local laws, and regulations. The following is a brief description of required services: Maintain/mow 200 acres of lawn areas and 30 cemeteries; 400+ miles of road right of way and associated areas, 1700 + magazines, 46 acres of landfills, 60 miles of boundary fence right of ways, miscellaneous utility line right of ways and 140 miles of railroad right of way. Services also include weed control for parking lots, buildings, substations, riprap, removal of fallen trees from road right of ways and maintained areas, snow and ice removal on sidewalks and building entrances and parking lots. The Glendora Test Facility is located approximately 60 miles northwest of NSA Crane.



The proposed solicitation will contain provisions for a 12-month base period (24 Jul 2024 - 23 Jul 2025) plus four 12-month option periods, to be exercised at the Government’s discretion. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause.



This contract will replace a contract for similar services awarded in 2019 was awarded for $2,124,027.00 (recurring services for the base period) and a maximum of $17,714,750.94 (includes recurring services and nonrecurring services for the entire period). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information



Applicable NAICS Code for this solicitation is 561730 Landscaping Services. The Small Business Size Standard is $9,500,000.00.



Under Federal Acquisition Regulations (FAR) guidelines, Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.



Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Economically Disadvantaged Women Owned Small Businesses (EDWOSB); Women Owned Small Businesses (WOSB), or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, EDWOSB, WOSB or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, EDWOSB, WOSB or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as unrestricted.



Interested 8a Region V businesses, SDVOSB, HUBZone concerns, EDWOSB, WOSB and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information (a) a copy of the certificate issued by the SBA of your qualifications as an 8(a) Region “V” contractor, HUBZone concern; EDWOSB or WOSB. SDVOSB must also provide documentation of their status, (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc.



Anticipate the solicitation will be released in January 2024 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet on the Contracting Opportunities page at www.sam.gov.



The apparent successful offeror must be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in accordance with FAR 4.1102. Failure to have an active SAM account on the proposal due date will make the Offeror ineligible for award. It will take several days for a SAM record to be activated; therefore, offerors not already registered in the SAM database are highly encouraged to do so now via Internet at: http://www.sam.gov. Registration in SAM is free.



All contractual and technical inquires shall be submitted via electronic mail to colleen.l.mckinney4.civ@us.navy.mil.



Responses may be submitted under Solicitation Number N4008524R2509 via e-mail to: colleen.l.mckinney4.civ@us.navy.mil.



Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 p.m. (EST) on Monday, 23 October 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 06, 2023 02:56 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >