Federal Bid

Last Updated on 04 Oct 2015 at 8 AM
Sources Sought
Schofield barracks Hawaii

S--Landscape services - Pohakuloa Training Area (PTA) cantonment area and at Bradshaw Airfield (BAAF) Fire Station cantonment area, Hawaii.

Solicitation ID W912CN15R0035
Posted Date 05 Aug 2015 at 10 PM
Archive Date 04 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Schofield barracks Hawaii United states 96857
This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potentially small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. The 413th Contracting Support Brigade at Schofield Barracks, Hawaii is seeking commercial sources to provide all labor, supervision, tools, equipment, supplies, water, and transportation necessary to provide grounds maintenance services for Pohakuloa Training Area (PTA) cantonment area and at Bradshaw Airfield (BAAF) Fire Station cantonment, to include around runway lights and runway infield. Work includes the performance of week/grass trimming, mowing, weed pulling, and herbicide control. All work shall be done inside the secured cantonment area at PTA/BAAF. Herbicide treatments will ONLY take place within the critical area of BAAF, shown on Exhibit# 1 on the Island of Hawai'i, Hawaii. It is anticipated that the contract performance period will include one basic period, four (4) one-year option periods.
The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 561730-Landscaping Services. The size standard for NAICS 561730 is $7M. The government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor prot g relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide the aforementioned information, along with interest and capability statements, utilizing the attached Experience Questionnaire NLT 14 August 2015.
This Sources Sought Notice is issued for the purpose of market research in accordance with FAR Part 10. The draft Performance Work Statement (PWS) is posted with this notice and interested parties are encouraged to submit industry comments and/or suggested changes to the PWS. Respondents are also encouraged to submit information regarding commercial practices that the Government should consider implementing for this acquisition. Industry comments, suggested changes for the PWS, and/or submittal of commercial practices for the Government's consideration (please limit to no more than two pages-separate from questionnaire limitation) are requested to be submitted in writing with the capabilities statement due on 14 August 2015.
Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. Interested parties are cautioned that the draft PWS posted with this notice is subject to change; the formal version of the PWS will be released with the solicitation on a future date. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation.
Submissions to this notice may be emailed to Joann Morton, 413th Contracting Support Brigade at [email protected]. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information
Bid Protests Not Available

Similar Opportunities

Schofield barracks Hawaii 10 Jul 2025 at 7 PM
Location Unknown 18 Jul 2025 at 4 AM
Fort wainwright Alaska 27 Aug 2027 at 7 PM