| 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, www.fedbizopps.gov, 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. |
F--Furnish all Labor, Equipment, Materials and Supervision Required to Maintain Grounds at Arlington National Cemetery
Presolicitation Notice
Solicitation Number: W916VL-06-R-0002
Current Response Date: Aug 18, 2006
Classification Code: F -- Natural resources & conservation services
Naics Code: 561730 -- Landscaping Services
Contracting Office Address
ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101 , Fort Belvoir , VA 22060-5116
Capital District Contracting Center , Arlington National Cemetery , Arlington , Va. , intends to award a contract for providing all labor, equipment, materials, and supervision required to maintain grounds at Arlington National Cemetery for a base period of 1 October 2006 through 30 September 2007 with four option periods.
Solicitation will be issued around July 10, 2006. Interested parties may request an e-mailed copy of solicitation from Eleanor Hall at ellie.hall@belvoir.army.mil. Hall can also be reached at 703/607-8576.
Click here for more information.
S -- Lawn Care on Flight Line
Document Type: Combine Solicitation
Solicitation Number: Reference-Number-F2S3C56145A200
Classification Code: S -- Utilities and housekeeping services
Set Aside: Total Small Business
Naics Code: 561730 -- Landscaping Services Contracting Office Address
Department of the Air Force, Air Education and Training Command, Little Rock AFB, Contracting Squadron, 642 Thomas Avenue Bldg 642, Little Rock AFB, AR, 72099
This is a combined synopsis/solicitation for a commercial item(s) prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitations will not be issued. This requisition #F2S3C56145A200 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-07. This acquisition is 100 percent set aside for small business; NAICS: 561730. Quotes are to be received by this office NLT 1600hrs CST on 09 June 2006. Quotes can be faxed, or e-mailed to the points of contacts listed on this notice.
1. General Requirements
1.1 The Contractor shall complete all treatment activities to effectively kill all the vegetation growing within cracks in hard surface, both asphalt and concrete, shoulders along the adjacent runways and taxiways. The treatment activities shall be executed in a manner that meets both the environmental and operational needs while heeding all applicable safety precautions. The Contractor shall provide all product, personnel, equipment, tools, materials, supervision, and transportation necessary to perform the work as described herein. The Contractor shall perform the scope of this contract within 10 days of contract award. All contract activity shall be performed in strict accordance with existing federal, state, and local laws and regulations and the terms and provisions of this contract.
2. Personnel
2.1 Prior to any treatment activities, the Contractor must provide copies of his/her qualifications, i.e. certification, bond and insurance, to the Contracting Officer to be reviewed and approved by the technical representative - Civil Engineering pest management Supervisor or quality assurance personnel.
2.2 The Contractor must have flight line driver?s qualifications or qualified Government escort personnel to access the designated areas for treatment. The scope of this contract does not require the Contractor to enter a restricted area requiring a line badge or escort.
3. Coordination
3.1 The Contractor shall be required to report to the Civil Engineering pest management Supervisor at building B-241 prior to applying any treatments. Mixing of chemicals shall be done at the Base Pest Management Shop in the mixing area due to existing containment capabilities.
3.2 Prior to any treatment applications, all labels and material safety data sheets (MSDS) of the herbicides to be used shall be submitted to the Contracting Officer to be reviewed and approved by the technical representative - Civil Engineering pest management Supervisor or quality assurance personnel.
3.3 Coordinate all work schedules with the 314 Base Operations Airfield Management Office for flying schedule to gain permission on the designated treatment areas.
4. Specific Requirements
4.1 The areas of the hard surfaces having cracks to be treated are as shown on the attached map and described below (width of hard surface is approximately 24 feet wide in most places):
a. Cracks in the asphalt shoulders between the concrete and the grass along the taxiways and runways - 1,836,000 sf.
b. Cracks in the asphalt connected to the assault strip 25,416 sf.
c. Cracks in the asphalt around the Christmas Tree parking apron425,308 sf.
d. Cracks in the asphalt on the approach/overrun ends of the runway - 401,893 sf.
e. Cracks in the asphalt between the Flight Line Road and the grass on the southern boundary of the main parking apron 164,180 square feet.
f. Estimated total square footage of hard surfaces having cracks is 2,852,797.
4.2 All work shall be guaranteed for 60 days, i.e. no live vegetation shall be observed. If vegetation reappears within the 60 day period, the Contractor shall be required to re-treat at no additional cost to the Government.
4.3 Service ticket(s) for the treatment(s) must be provided with the following information: the company name, address, and contact information. The ticket(s) must list the chemical products used and the pounds of active ingredient (AI). The signature of the individual performing the work must be on the ticket(s). The service ticket(s) must record the date and time work commenced and date and time work was completed. Upon completion of work the service ticket(s) will be signed by pest management personnel at building 241. A copy of the signed service ticket(s) shall be provided to pest management. The original service ticket(s) will accompany the final invoice.
Basis of Award: A Firm-Fixed Price contract will be made to the lowest price offeror best demonstrating the ability to satisfy the government needs of the items specified. Any offeror must fill out all required information on the below links to be considered for this award. Offeror must be Central Contractor Registration (CCR) registered, set-up in Wide Area Workflow (WAWF) and registered in Online Representation and Certification Application (ORCA) prior to award. (CCR) Central Contractor Registration can be completed through the Internet www.ccr.gov or by calling 888/352-9333.
Point of Contact
Zella Johnson, Contract Specialist, phone 501/987-3842, fax 501/987-8119, e-mail zella.johnson@littlerock.af.mil
Click here for more information.
S--Comprehensive Grounds Maintenance- Services to be Performed at
Document Type: Presolicitation Notice
Solicitation Number: W911SE06R0001
Classification Code: S -- Utilities and housekeeping services
Set Aside: Total HUB-Zone
Naics Code: 561730 -- Landscaping Services
Contracting Office Address
ACA, Fort McPherson Ga., Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
The Southern Region Contracting Center- East intends to issue a solicitation for comprehensive base-wide grounds maintenance services to be performed at
Services include grass mowing, edging, trimming, leaf removal, flowerbed maintenance, policing of debris and pruning. Award will result in a Firm Fixed Price (FFP) Indefinite-Delivery Requirements type contract. Award will be based on Best Value to the Government using Past Performance Price Trade-off source selection approach.
This acquisition will be set-aside for competition restricted to HUBZone small business concerns in accordance with FAR 19.1305 HUBZone set-aside procedures. The North American Industry Classification Code (NAICS) is 561730, with a corresponding Small Business Size Standard of $ 6.5 million.
The solicitation and any subsequent amendments will be posted to https://acquisition.army.mil/asfi, which is the Army Single Face to Industry (ASFI) Acquisition Business Web site, this information will be automatically forwarded to www.fedbizopps.gov. (Which will return the user to the ASFI Web site) NO PAPER COPIES WILL BE ISSUED.
A site visit will be held, the date, time, and location for the future site visit will be posted in the solicitation. Each offeror is solely responsible for monitoring the ASFI website and Federal Business Opportunities Web site and downloading the solicitation, any amendments, and all related documents.
To be eligible for contract award, offerors must be registered in the DOD Central Contractor Registry (CCR). Register via the CCR Web site at http://www.ccr.gov or by contacting CCR Customer Service Contact Information at 888/227-2423.
Point of Contact
Cheri Jordan, 404/464-4235
e-mail your questions to ACA,
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