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

Agency:
State: Indiana
Level of Government: Federal
Category:
  • S - Utilities and Training Services
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159274086113923
Posted Date: Feb 15, 2024
Due Date: Mar 4, 2024
Source: Members Only
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
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 04:14 pm EST
  • Original Response Date: Mar 04, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Crane , IN 47522
    USA
Description



THIS IS A SYNOPSIS FOR A REQUEST FOR PROPOSALS FOR GROUNDS MAINTENANCE SERVICES. The Solicitation Number for this announcement is N4008524R2509. THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING ON THE CONTRACT OPPORTUNITES PAGE at https://www.sam.gov



The official plan holders list will be maintained and can be printed from the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR’S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Colleen McKinney via e-mail at colleen.l.mckinney4.civ@us.navy.mil.





The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, will issue a request for proposals for an indefinite delivery indefinite quantity contract with recurring and nonrecurring services contract to accomplish Grounds Maintenance Services. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and Lake Glendora Test Facility in 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.





This will be an indefinite delivery indefinite quantity contract with recurring and nonrecurring services. Task orders will be negotiated and issued after award for specific grounds maintenance and repair projects. The minimum guarantee is the amount of the recurring services for the base period.





Low price technically acceptable selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government will be used. The Government intends to award a contract resulting from this solicitation to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in the solicitation.





The term of the contract would be for a base period of 12 months with four 12 month option periods to be exercised at the discretion of the government. The term of the contract shall not exceed 60 months. 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.





The NAICS Code for this solicitation is 561730 Landscaping Services. The Small Business Size Standard is $9,500,000.00. The Product Service Code is S208 -- Housekeeping- Landscaping/Groundskeeping.





This contract will replace a contract for similar services awarded in 2019 was awarded for $2,005,212.35 (recurring services for the base period) and a maximum of $17,917,049.73 (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.





A sources sought notice was posted on 25 January 2024 under solicitation N4008524R2509 on the Contract Opportunities page at https://www.sam.gov and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a 100% small business set aside. The NAVFAC MIDLANT small business office concurs with this decision.





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: https://www.sam.gov. Registration in SAM is free.





Approximate release date of the solicitation is 4 March 2024 with proposals due no earlier than 30 calendar days after the actual release date.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

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 >