S--Lawn mowing services
Document Type: Presolicitation Notice
Solicitation Number: W912L9-06-T-0022
Posted Date: Aug. 23, 2006
Classification Code: S -- Utilities and housekeeping services
Set Aside: Total Small Business
Naics Code: 561730 -- Landscaping Services
| RFPs |
The Lawn & Landscape Web site is now featuring requests for proposal to help keep readers even more in the know! These listings, pulled from the federal Web site http://www.fedbizopps.gov, offer commercial accounts in all facets of the green industry. See the latest requests here, and be sure to click on each item's link to get the full synopsis. Come back each week to see what has been added. |
Contracting Office Address
181 FW/LGC, 970 South Petercheff Street, Terre Haute, IN 47803-5055
Services Non-Personal to provide all, labor, tools, equipment, and transportation necessary for lawn mowing at the INHQ/DET2, Jefferson Range, Madison, IN 47250
Point of Contact
Stephen Baldwin, 812/877-5325, e-mail questions to 181 FW/LGC at stephen.baldwin@interr.ang.af.mil
Click here for more information.
R -- Grounds Maintenance
Document Type: Presolicitation Notice
Solicitation Number: F2Y3FH6117A100
Posted Date: Aug. 21, 2006
Classification Code: R -- Professional, administrative, and management support services
Set Aside: Total HUB-Zone
Naics Code: 561730 -- Landscaping Services
Contracting Office Address
Department of the Air Force, Air Mobility Command, 62nd CONS, 100 COL JOE JACKSON BLVD, SUITE 2001 P O BOX 4178, McChord AFB, WA, 98438
McChord AFB intends to establish a Fixed Price Requirement Type contract for Grounds Maintenance Services. Period of performance will be for one (1) year starting Oct. 1, 2006 and ending Sept. 30, 2007. Contractor shall perform grounds maintenance services to include mowing, edging, trimming, fertilizing, weed control, pruning, waste removal, litter patrol, storm recovery and snow removal. The acquisition will be accomplished as a Commercial Item in accordance with FAR 12 Utilizing Commercial Acquisition Procedures and FAR 15 Contracting by Negotiations.
Offers will be evaluated utilizing Best Value Procedures. The NAICS code is 561730 and the Small Business size standard is $6.5 million annual average gross revenue. This solicitation is a 100 percent HUB Zone Set-Aside. All responsible HUB Zone business sources may submit a proposal that shall be considered by the agency.
The solicitation will be issued on or about Aug. 31, 2006. The solicitation and all amendments will be posted and available for viewing and downloading on the Government Electronic Posing System (EPS) site at www.fbo.gov.
Point of Contact
Kellen Logan, contract specialist, phone 253/982-9025, fax 253/982-3656, e-mail kellen.logan@mcchord.af.mil - Lawrence Bucklin, contract specialist, phone 253/982-9027, fax 253/982-3656, e-mail Lawrence.Bucklin@mcchord.af.mil
http://www.fbo.gov/spg/USAF/AMC/62CONS/F2Y3FH6117A100/SynopsisP.html
99--MOWING - EASTMAN LAKE
Document Type: Presolicitation Notice
Solicitation Number: W9123806-Q0181
Posted Date: Aug. 21, 2006
Classification Code: 99 -- Miscellaneous
Set Aside: Total Small Business
Naics Code: 561730 -- Landscaping Services
Contracting Office Address
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
PROJECT TITLE: Flooring
LOCATION: USACE Sacramento District, Sacramento Ca. This Procurement shall be conducted under FSC CODE: S299, SIC CODE: 7389, NAICS Code: 561990.
The size standard for this code is $6,000,000. All questions shall be directed to the Contract Specialist, Kim Clark, at 916/557-6959, fax 916/557- 5278, e-mail Kim.M.Clark@usace.army.mil
TYPE OF AWARD: This acquisition shall be 100 percent Small Business Set Aside Request for Quotation. All Small Business responsible sources may submit a quotation.
JOB DESCRIPTION: Fee Attendant Service for Eastman Lake, Raymond, California. The work required under this request shall be to provide Fee Attendant Services at Eastman Lake. This solicitations period of performance is a base year with two option years. All Quotations are due back not later than Sept. 12, 2006 at 10 a.m. PST. The acquisition method is Request for Quotation.
Evaluation factors for award shall be as follows: Low-priced technically acceptable. VENDORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation shall be available on or about Aug. 23, 2006. The Request for Quotation shall not be provided in hard paper copy.
The solicitation and all amendments for this acquisition shall be posted on a secure Government web site known as FedTeDS. If you want all information concerning this RFQ you shall need to click on the box at the bottom called Register to Receive Notification. Access to the solicitation documents on the FedTeDS website shall be via a hyperlink. The hyperlink shall be inserted into the notices for this acquisition posted on both the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil/asfi/) and the FedBizOpps (FBO) website (www.fbo.gov) once the solicitation is issued. The hyper- link shall not appear as a website address, but as text as follows: Available online via the FedTeDS (Federal Technical Data Solution) website.
Viewing/downloading documents from FedTeDS shall require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS user, you shal l also be required to register in FedTeDS (www.fedteds.gov) before accessing the solicitation documents. To register, click on the Register with FedTeDS hyperlink, then select the Begin Vendor/ Contractor Registration Process option. The following information shall be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; telephone number; and e-mail address.
Once registered with FedTeDS, interested parties shall then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents shall be accessed ONLY by using the hyperlink available on either FBO or ASFI; FedTeDS shall not searchable by any other means.
Please note that ALL firms who want to access the solicitation both prospective primes and subs shall be required to be registered with FedTeDS and therefore shall be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. For further information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guide, and FedTeDS Help.
For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Team (OS T) at 866/618-5988 (toll free), 801/605-7095, or cscassig@ogden.disa.mil (Subject: FedTeDS Assistance).
IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATIO N.
Current Point of Contact
Kim Clark, 916/557-6959, e-mail your questions to U.S. Army Engineer District, Sacramento at Kim.M.Clark@usace.army.mil
Point of Contact
Brad Heath, 916/557-5227, e-mail your questions to U.S. Army Engineer District, Sacramento at brad.a.heath@usace.army.mil
Click here for more information.
F--Herbicide Application Services
BIA Colorado River Agency (CRA), Irrigation Project, La Paz County, Parker, Ariz.
Document Type: Presolicitation Notice
Solicitation Number: RMH00060082
Posted Date: Aug 23, 2006
Classification Code: F -- Natural resources & conservation services
Naics Code: 115116 -- Farm Management Services
Contracting Office Address
Bureau of Indian Affairs (BIA), Western Regional Office (WRO), Branch of Acquisition - Mail Stop 230, P. O. Box 10, Phoenix, AZ 85001
REQUEST FOR QUOTE (RFQ) is issued - ONLY WRITTEN OR FAXED REQUESTS WILL BE ACCEPTED FOR THE RFQ SOLICITATION PACKAGE, NO EXCEPTIONS - fax no. 602/ 379-6763, Attention - Paul Robinson, Contract Specialist.
REQUIREMENT: Herbicide Application Services include applying Government provided herbicides, involving 650 miles of canals and laterals, and 125 miles of drains, to approximately 4,000 acres, for the control of weeds on the BIA Colorado River Irrigation Project delivery system on a long-termed schedule; Services are to be delivered in two parts: (1) Residual chemical treatment on cleared areas, and (2) Chemical treatment of certain types of weeds; Spray widths on canals, laterals, and drains are from 18 to 32 feet.
Award will be made for the Base Year beginning Oct. 1, 2006, through Sept. 30, 2007; with possible two (2) Option Year awards.
The project site is located on the Colorado River Indian Tribal (CRIT) Reservation, La Paz County, Parker, Ariz. ALL POTENTIAL BIDDERS ARE ENCOURAGED TO COMPLETE A SITE VISIT - CONTACT Ted Henry, Irrigation Manager, BIA CRA, phone number 928/662-4392 during Arizona working hours.
ISSUE DATE FOR RFQ IS AUG. 24, 2006.CLOSING DATE FOR RECEIPT OF QUOTES IS SEPT. 21, 2006, COB, local Phoenix, Ariz. time. Estimated Price Range is between $100,000 and $250,000.
Point of Contact
Paul Robinson, contract specialist, fax 602/ 379-6763, phone 602/ 379-4482
Click here for more information.
Latest from Lawn & Landscape
- Hilltip adds extended auger models
- What 1,000 techs taught us
- Giving Tuesday: Project EverGreen extends Bourbon Raffle deadline
- Atlantic-Oase names Ward as CEO of Oase North America
- JohnDow Industries promotes Tim Beltitus to new role
- WAC Landscape Lighting hosts webinar on fixture adjustability
- Unity Partners forms platform under Yardmaster brand
- Fort Lauderdale landscaper hospitalized after electrocution