Editor’s note: Various government and municipal organizations issue request for proposals (RFPs) when they wish to outsource different types of services. Many contractors continually consult RFP listings to stay aware of the government and municipal opportunities available to their businesses.
Since these listings can be a valuable source to landscape contractors who wish to expand their service bases, Lawn & Landscape Online will begin posting new RFP listings frequently. Visit http://www.fedbizopps.gov/ for more RFP opportunities.
Washington Department of Agriculture Issues RFP
(Posted March 25, 2002) Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Wenatchee NF, 215 Melody Lane, Wenatchee, Wash., seeks furnishing and installing weed barrier fabric, river rock mulch, dryland seeding, and crushed surfacing at the Moses Lake Air Tanker Base. Estimated start work date is 4/29/02 with 30 calendar days contract time. Government Estimate is between $25,000 and $100,000. An Alternate Payment Protection (payment bond) will be required after award. NAICS code is 234990.
Point of contact: Rosie McDonald, Procurement Clerk, Phone 509/664-2715, Fax 509/664-2745, Email rmcdonald@fs.fed.us.
Texas U.S. Army Corps of Engineers Issues RFP
(Posted March 26, 2002) US Army Corps of Engineers, Galveston - Civil Works, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, desires completion of a project involving mechanical excavation and backfill, riprap, concrete and landscaping. Contractor will modify existing concrete baffled drainage structure by construction of a concrete channel from an existing channel to an existing baffled drainage structure constructed of drainage structures, install concrete aprons, install storm drain pipe and erosion control blanket, construct back slope ditches and training levee, and establish turf. Estimated cost range: $100,000 to $250,000. The North American Industrial Classification System (NAICS) Code applicable to this project is 234990. The Small Business Size Standard is $28.5 Million and will be advertised UNRESTRICTED. Bid Opening will be held in room 175. The plans and specifications have been placed on CD-ROM and will be provided free of charge on the issue date. Notification of amendments shall be made through paper or the Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractor’s responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.swg.usace.army.mil/ct. Bidders shall register themselves on the Internet to receive a copy of this solicitation (CD-ROM). No EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON INITIAL MAILING OF THE CD. All contractors are encouraged to visit the Army’s Single Face to Industry Web site at http://acquisition.army.mil to view other business opportunities. Offers must be registered with the Central Contractor Registration (CCR) in order to receive a government contract award. To register, vist the CCR Internet address at https://www.ccr.2000.com.
Point of contact: Jacqueline Adekanbi, 409/766-3100.
Indiana Naval Facilities Engineering Command Issues RFP
(Posted April 3, 2002) Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, NSWC, 300 Highway 361 B-2516, Crane, Ind., seeks lawn maintenance services. Place of performance is Naval & Marine Corps Reserve Center, 5808 N. 30th Street, Omaha, Neb.
Solicitation documents will be only available electronically at the following website: www.esol.navfac.navy.mil. The estimated solicitation issue/availability date is April 4, 2002. Quotes will be due as stated in the solicitation documents but no later than 10 calendar days after the solicitation is issued. The contractor shall provide all labor, material, equipment, transportation and supervision to perform lawn maintenance services including cutting and trimming the grass, edging, grounds clean-up, fertilization, soil sterilization, and incidental related work at the Naval and Marine Corps Reserve Center, Omaha, Neb., as described in the specification documents. The land area of the reserve center is approximately 6.9 acres including buildings, parking lots, and other structures. Contractors are expected to inspect the site where services are to be performed to verify the actual acreage of lawns to be maintained and to satisfy themselves regarding all general and local conditions that may effect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The term of this contract will be for a 12-month base period plus four 12-month option periods to be exercised at the Government’s discretion.
Pre-award Submittals (Technical Evaluation Factors) are required to participate in this project. The contractor will be selected on a best value determination with price and technical considerations. Failure to supply any of this information may result in rejection of the quote. For this solicitation, the combination of technical submittals are equal in value to the price. The two technical requirements, listed in order of importance, are past performance and performance narrative. This solicitation is 100 percent set-aside for small businesses. The applicable NAICS Code is 561730, Landscaping Services. The small business size standard is $6.0 million. Solicitation documents will be only available electronically at the following website: www.esol.navfac.navy.mil
Point of contact: Carrie Grimard, Contracting Officer, Phone 812/854-6641, Fax 812/854-3800, E-mail grimard_carrie@crane.navy.mil.
USACE Little Rock District Issues RFP
(Posted March 29, 2002) USACE Little Rock District, 700 West Capitol, Little Rock, Ark., seeks tree maintenance services. Contractor will furnish all the necessary management, personnel, materials, supplies, parts, tools, equipment, etc., to provide Tree Maintenance Services as described in Section C, Description/Specifications/Work Statement, for the Beaver Project Office parks and areas. The contract period is May 1, 2002, or date of award, through April 30, 2003 with options to extend through April 30, 2006. Bids are due on or about April 25, 2002. The solicitation will be posted on the Contracting Division Internet website on or about April 3, 2002 so that you may download it. The solicitation will not be made available in paper or any other format; however, the Government reserves the right to revert to paper or another medium when it is determined to be in the Government's best interest. All documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for submittal of bid will not be allowed. You may register for this solicitation at the Little Rock Contracting Division internet website (https://ebs.swl.usace.army.mil). Numbered note 1 applies. The following NAICS # 113310 will apply with a size standard of 500 employees.
Point of contact: Charles E. Sontag II, 501/324-6007, E-mail charles.e.sontag@usace.army.mil