RFPs (Requests for Proposal)

RFPs for the week of May 29.

Grounds Maintenance and Ice/Snow Removal Services

ABOUT 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 a federal Web site, offer commercial accounts in all facets of the green industry. See the latest requests here, and then come back each week to see what has been added.

Solicitation Number: 263-2006-(FW)-0008
Posted Date: May 25, 2006
Current Response Date: June 2, 2006
Classification Code: R -- Professional, administrative, and management support services
Naics Code: 561730 -- Landscaping Services

Contracting Office Address
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663

The National Institutes of Health has an extensive need for comprehensive RML GROUNDS MAINTENANCE PROGRAM and ICE/SNOW REMOVAL SERVICES for general and selected areas on the campus of the Rocky Mountain Laboratories, Hamilton, Mont. The applicable NAICS code is 561730 and the Size Standard is $6 million average annual receipt. This is a results-oriented, performance-based contract that will require the contractor to provide the specified results in the specified time limits for full acceptance of the effort. This requirement will be based on local jurisdiction, geographical area and emergency response time of two hours for the requirement.

Full ice and snow removal services shall be provided including clearing all building entrances and walks, plowing drives, parking and service areas and applying ice melting and abrasives to all pavement areas. The work will generally consist of a complete control and removal program for ice and snow accumulations from the Rocky Mountain Laboratories. For storms of duration beyond four hours or storms of unusual intensity of over 3 inches of accumulation, the contractor may be required to remain on site or to return to the RML following a short break to continue ice and snow removal services to ensure a hazard free pavement surface. Response payments will be made in four-hour work units. There will be a one half hour unpaid break following two consecutive four-hour work units.    

For ice storms, dustings or snow accumulations of less than 1 inch the project officer may require only sand/salting/shoveling/brooming or blowing services. Snow accumulations of over 2 inches will usually require plowing services with sanding/salting of roads and parking lots and full pedestrian area removal services.

The contract area for turf maintenance is approximately 1.82 acres with mowing/trimming visits as necessary throughout the season to maintain the grass below 3½  inches. Depending upon weather conditions, turf mowing shall commence on or about March 1 and end approximately Oct. 30.    

Because of the geographical restrictions, the government will be seeking competition from firms within the geographical area of Rocky Mountain Labs in Hamilton, Mont. Also, a firm must demonstrate they have the necessary personnel with demonstrated experience, labor, materials, services, equipment and facilities to support the efforts detailed in the Statement of Work (SOW)

Point of Contact
Lisa Adams, Contract Specialist, phone 301/435-3890, fax 301/401-1141, e-mail adamsl@od.nih.gov

More details are available here.

Grounds Maintenance – Wright-Patterson AFB, Ohio

Solicitation Number: FA8601-06-R-0047
Current Response Date: June 02, 2006
Classification Code: 99 -- Miscellaneous
Set Aside: Total HUB-Zone
Naics Code: 561730 -- Landscaping Services

Contracting Office Address
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA8601-06-R-0047 is being issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, Effective Apr. 19, 2006 and & Class Deviation 2005-o0001. This acquisition is 100 percent set aside for HUBZone concerns.

The associated North American Industry Classification System Code (NAICS) is 561730 and the associated size standard is $6,500,000. This requirement is for grounds maintenance on vacant units and some common areas in Green Acres and Pine Estates, Base housing areas located at Wright-Patterson AFB, Ohio. The number of units and common areas requiring grounds maintenance will vary per call for service. The Government will provide a list of units and common areas as maintenance is required (see estimated workload in attached Statement of Work (SOW) and below). A Firm Fixed Price type contract is anticipated with a 12-month base period and one 12-month option period.      

Service is normally to be performed bi- weekly during the months of April to November (during the growing season). It is anticipated that the base and option periods will each have two contract line items (CLINs): One line item for Grounds Maintenance for vacant units which includes estimated quantities for mowing and trimming service; and another CLIN for Grounds Maintenance for common areas which includes estimated quantities for mowing and trimming service. An estimated workload is between 100 and 195 for the vacant units, varying square footage of 10,730 and 10,153. This estimate of 100 -195 is for each time a call is placed by the government for mowing. The two common areas, estimated at 11,000 square feet each, may need to be mowed each time a call is placed to mow vacant units. If common areas do not require mowing, the contractor will be so informed at time of call. The total number of calls made during the entire contract period depends on the weather and growth rate of grass. Period of performance for the base period is June 7, 2006 to May 31, 2007.    

NOTICE TO POTENTIAL SOURCES(S): Due to potential privatization of the WPAFB base military housing, services requested in this announcement; future announcements and procurement documents; and any resulting award may be terminated, in whole, prior to, during, or after award.  All sources responding to this announcement are advised that the modification to terminate the requirements prior to, during, after award, or during contract performance, by the government shall be made without additional cost or claim to the government.

Non-personal services to provide grounds maintenance-mowing and string trimming for each vacant unit in WPAFB housing areas, Green Acres and Pine Estates.  The number of vacant lots will vary from week to week. Contractor shall provide all material, labor, equipment and transportation to perform ground maintenance.  CLIN 0002 - Grounds Maintenance for Common Areas Quantity 2 Areas (est. 22,000 square feet) Unit of Issue:     EA Unit Price. Non-personal services to provide grounds maintenance-mowing and string trimming for each Common Area. Contractor shall provide all material, labor, equipment and transportation to perform ground maintenance.      

Closing date of this RFP is June 2, 2006 at 2 p.m. ET.

Point of contact
Andrea (Joy) Williams, 937/522-4617

Proposals can be e-mailed to andrea.williams#@wpafb.af.mil; faxed to 937/656-1412 or 937/257-3926, Attn: Andrea (Joy) Williams; or mailed to 88 CONS PKB, Attn: JoyWilliams, 1940 Allbrook Dr., Ste 3, WPAFB OH, 45433-5309. No special format or form is required for your quote; however, you must include a completed copy of FAR 52.212-3, Representations and Certifications.

More details are available here.


Maintenace Activities at Closed Landfill 13, Harmony Church Area, Fort Benning, Ga.

Solicitation Number: W912HN-06-T-0067
Current Response Date: June 30, 2006
Classification Code: Z -- Maintenance, repair, and alteration of real property
Set Aside: Total Small Business
Naics Code: 561730 -- Landscaping Services

Contracting Office Address
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889

Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution FedTeds Homepage https://fedteds.gov/. Registration for plans and specifications should be made via FedTeds.gov Internet Homepage. The Federal Technical Data Solution FedTeds provides a secure on-line request and dissemination management system. FedTeds serves the Federal acquisition community, including Federal Engineers, Federal Buyers, and the Federal Vendor Community in managing the work flow, driving the requests for and the dissemination of sensitive Federal technical data associated with a solicitation. It is integrated with FedBizOps (FBO) and Central Contractor Registration (CCR).

The process to download from FedTeds is:

  1. Find solicitation announcement in FedBizOps (www.fbo.gov);
  2. Once you open the bid announcement on FedBizOps, there will be a link to the solicitation on FedTeds in the remarks section. Click on the link;
  3. If you are a first time user, you will have to register* (Registration instructions can be found on the FedTeds website (https://www.fedteds.gov) by clicking on the Registration with FedTeds hyperlink.); if not, log in and open the solicitation;
  4. Once you have the solicitation open, you can begin downloading the various files to your location. Interested bidders should select the Begin Vendor/Contractor Registration Process option.

This information is required to register:

  • Central Contractor Registration (CCR), Marketing Partner Identification Number (MPIN);
  • DUNS number or CAGE code;
  • Telephone number;
  • E-mail address.

Description of Work:
The work to be performed under the contract is for maintenance activities for closed landfill 13 at Fort Benning, Ga. The Contractor shall provide the necessary labor, time, equipment, materials, and supplies in sufficient quantity and quality to conduct the services described below in a workmanship-like manner. The work shall be conducted in accordance with established schedules and shall meet the performance standards described in these technical provisions. The Operations and Maintenance Manual for Landfill 13 will be provided as an Appendix to the solicitation.

The scope of services to be performed by the Contractor includes the following:

  • Fertilization and mowing, with weed and tree control, on the grassed surfaces of the site, including slopes and ditches, gas vents, and bollards;
  • Trimming of grasses, weeds, and tree control along fences and in riprap ditches and drainage flumes/swales on the site;
  • Tree removal and pruning along and outside of the perimeter fence at the site;
  • Cleanout/maintenance of drainage ditches, culverts, check dams; 
  • Maintenance of methane vent walls and bollards, groundwater monitor wells and bollards, and drains and drain cleanouts.    

This Solicitation is 100 percent set-aside for small business and is solicited under NAICS 561730. The small business size standard for this NAICS is $6 million. This solicitation is a Request for Quotation (RFQ). The period of performance will be one year with an additional option year, if exercised. It is the offeror’s responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.    

For additional information or assistance, please contact Sarah Emerson, Contract Specialist, 912/652-5102. E-mail questions to US Army Corps of Engineers, Savannah at sarah.h.emerson@sas02.usace.army.mil

More details are available here.

Mow the river bottom vegetation with a Marsh Master -- West Santa Fe, N.M.

Solicitation Number: N7542050M13
Classification Code: B -- Special studies and analysis - not R&D
Set Aside: Total Small Business

Contracting Office Address
IMSF - ACG - Contracting, Cooperative Agreements & General Services, 2968 Rodeo Park Drive, West Santa Fe NM 87505

The National Park Service, Department of the Interior, Lake Meredith National Recreation Area, Fritch, Texas, is soliciting proposals to provide a Marshmaster to mow the river bottom vegetation to increase surface water flow and improve the water quality in Stilling Basin of Lake Meredith National Recreation Area. The total project area is 200 acres in size and is primarily composed of river bottom vegetation, however, under this contract the contractor will mow approximately 50 acres of the river bottom vegetation with a Marshmaster.   

The contractor is to provide all equipment, labor, supplies, and all other incidentals as necessary to successfully complete the project.  The solicitation will be issued electronically on the Department of the Interior's National Business Center (NBC) website at http://ideasec.nbc.gov. Paper copies of the solicitation will not be made available.  Potential offerors will be required to visit the Web site periodically to check for amendments and other changes to the solicitation documents. No other notifications will be sent.    

The applicable size standard is $6 million average receipts for the past three years. The solicitation is 100 percent set aside for small business concerns. Issuance of the Request for Quotation is anticipated on or about June 7, 2006. The Government will consider an offeror's past performance in comparison to price with past performance being of greater importance to price and will select the offeror whose proposal represents the best value to the Government. Only hard copy responses to the Request for Quotation will be considered. Electronic offers will not be accepted.

Point of Contact
Patricia Fresquez-Hernandez Contracting Officer 505/988-6122 ;

E-mail questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance at EC_helpdesk@NBC.GOV

More details are available here.

To find more RFPs, visit http://www.fedbizopps.gov/

No more results found.
No more results found.