F -- Tree/Shrub Planting 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 then come back each week to see what has been added. |
Document Type: Presolicitation Notice
Solicitation Number: NRCS-06-WA-06
Classification Code: F -- Natural resources & conservation services
Set Aside: Total Small Business
Naics Code: 115112 -- Soil Preparation, Planting, and Cultivating
Contracting Office Address
Department of Agriculture, Natural Resources Conservation Service, Washington State Office, 316 Boone Avenue, Suite 450, Spokane, WA, 99201-2348
NRCS will soon be requesting services under a Firm-Fixed Price contract for site preparation and/or tree/shrub planting and/or planting maintenance and/or herbaceous planting to establish native vegetation on Wetlands Reserve Program (WRP) easements throughout several counties in Western Washington State. Those counties include Clark, Skagit, Snohomish, Thurston, and Pacific.
There are approximately 10 easements ranging in size from 1.5 to 75 acres. Site preparation may consist of one or more of the following treatments: mowing, application of a suitable herbicide, tillage, or spot scalping. Some project sites may require application of a suitable pre-emergent herbicide. Planting maintenance may consist of one or more of the following treatments: application of a suitable herbicide, hand slash, weedeating, or mowing with mowing deck or brush hog. Site prep is scheduled to be conducted late July through early October 2006, with planting either fall 2006, early winter 2006, or spring 2007 depending on plant material types. Plant stock will vary by project. Planting maintenance will occur following planting in spring 2007 or summer/fall 2007 and summer/fall 2008. In addition, protective tubing will be placed and secured around the base of each plant.
The solicitation will be issued electronically at the Federal Business Opportunities website on or about June 19, 2006. This solicitation is restricted and has been set-aside for small business concerns. The price range is $250,000-$500,000.
In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative cost.
Point of Contact
Amy Smith, Contract Specialist, phone 509/323-2966, fax 509-323-2909, e-mail amy.smith2@wa.usda.gov
Click here for more information.
S -- Grounds Maintenance
Document Type: Modification to a Previous Notice
Solicitation Number: FA4621-06-R-0022
Posted Date: June 23, 2006
Classification Code: S -- Utilities and housekeeping services
Set Aside: 8a Competitive
Naics Code: 561730 -- Landscaping Services
Contracting Office Address
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
The 22d Contracting Squadron (CONS) of the 22d Air Refueling Wing announces the projected solicitation for the grounds maintenance service requirements on McConnell AFB, Kansas 67221.
Anticipated workload consists of providing all personnel, equipment, tools, supervision and other items and services necessary to (1) ensure grounds maintenance is performed in a manner that maintains healthy grass, trees, shrubs and plants, (2) to engage in preventive grounds maintenance actions to present clean, neat and professional base, military family housing, airfield and missile site appearances, (3) maintain Government irrigation systems, and (4) remove snow and ice.
North American Industrial Classification System (NAICS): 561730. Small Business Size Standard: $6,500,000.00.
The Government contemplates issuing a 100 percent set-aside for 8(a) concerns Request for Proposal (RFP) with Price-Performance Trade-Off (PPTO) evaluation factors. The RFP shall solicit for the award to a single 8(a) entity, a Firm Fixed Price (FFP), Requirements Type contract on or about 8 Sep 2006. Services shall be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items.
The expected award shall consist of one base period of performance (1 year, Oct. 1, 2006 through Sept. 30, 2007) and may include up to four optional periods of performance (each 1 year in duration, following the Federal Fiscal Year Calendar and running consecutively from the expiration of the base period of performance). There is no guarantee that any optional periods of performance may be exercised.
The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Performance Work Statement, the Department of Labor Wage Determination and the Past and Present Performance Questionnaire, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web site at http://www.fedbizopps.gov/.
Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the Fed BizOpps website for the release of the solicitation package, which should be on or about June 26 2006, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any.
All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Contractors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/.
NOTICES: Any data submitted in response to this announcement is done so under the pretense of strict volunteerism; the Government shall not pay for any information submitted in response to this request. Submittals with restrictive markings shall be handled in accordance with the restrictions thereto.
The solicitation subsequent to this announcement may be cancelled and all offers rejected before award but after solicitation closing date when cancellation is clearly in the public’s interest. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs.
Per AFFARS 5352.201-9101: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, 618/229-0267, fax 618/256-6668, e-mail: michael.jackson@scott.af.mil.
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number 703/588-7004, facsimile number 703/588-1067.
The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
Point of Contact
Eric Williams, Contract Specialist, phone 316/759-4213, fax 316/759-4507, e-mail eric.williams-02@mcconnell.af.mil
Click here for more information.