Search Contract Opportunities

Grounds Maintenance at the Naval Support Activity Crane, Indiana and Glendora Test Facility, Sullivan, Indiana   4

ID: N4008524R2509 • Type: Sources Sought

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008524R2509; Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an indefinite delivery indefinite quantity contract with recurring and nonrecurring services for grounds maintenance at the Naval Support Activity, Crane, Indiana and Glendora Test Facility, Sullivan, Indiana. The contractor shall provide all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with grounds maintenance services in accordance with all applicable federal, state, and local laws, and regulations. The following is a brief description of required services: Maintain/mow 200 acres of lawn areas and 30 cemeteries; 400+ miles of road right of way and associated areas, 1700 + magazines, 46 acres of landfills, 60 miles of boundary fence right of ways, miscellaneous utility line right of ways and 140 miles of railroad right of way. Services also include weed control for parking lots, buildings, substations, riprap, removal of fallen trees from road right of ways and maintained areas, snow and ice removal on sidewalks and building entrances and parking lots. The Glendora Test Facility is located approximately 60 miles northwest of NSA Crane.

The proposed solicitation will contain provisions for a 12-month base period (24 Jul 2024 - 23 Jul 2025) plus four 12-month option periods, to be exercised at the Government's discretion. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause.

This contract will replace a contract for similar services awarded in 2019 was awarded for $2,124,027.00 (recurring services for the base period) and a maximum of $17,714,750.94 (includes recurring services and nonrecurring services for the entire period). Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information

Applicable NAICS Code for this solicitation is 561730 Landscaping Services. The Small Business Size Standard is $9,500,000.00.

Under Federal Acquisition Regulations (FAR) guidelines, Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.

Sources are sought from 8(a) firm with a bona fide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices; Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Economically Disadvantaged Women Owned Small Businesses (EDWOSB); Women Owned Small Businesses (WOSB), or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, EDWOSB, WOSB or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, EDWOSB, WOSB or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as unrestricted.

Interested 8a Region V businesses, SDVOSB, HUBZone concerns, EDWOSB, WOSB and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information (a) a copy of the certificate issued by the SBA of your qualifications as an 8(a) Region V contractor, HUBZone concern; EDWOSB or WOSB. SDVOSB must also provide documentation of their status, (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc.

Anticipate the solicitation will be released in January 2024 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet on the Contracting Opportunities page at www.sam.gov.

The apparent successful offeror must be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in accordance with FAR 4.1102. Failure to have an active SAM account on the proposal due date will make the Offeror ineligible for award. It will take several days for a SAM record to be activated; therefore, offerors not already registered in the SAM database are highly encouraged to do so now via Internet at: http://www.sam.gov. Registration in SAM is free.

All contractual and technical inquires shall be submitted via electronic mail to colleen.l.mckinney4.civ@us.navy.mil.

Responses may be submitted under Solicitation Number N4008524R2509 via e-mail to: colleen.l.mckinney4.civ@us.navy.mil.

Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 p.m. (EST) on Monday, 23 October 2023.

Overview

Response Deadline
Oct. 23, 2023, 2:00 p.m. EDT Past Due
Posted
Oct. 6, 2023, 2:56 p.m. EDT
Set Aside
None
Place of Performance
Crane, IN 47522 United States
Source
SAM

Current SBA Size Standard
$9.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
70%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
52% of similar contracts within the Department of the Navy had a set-aside.
On 10/6/23 Naval Facilities Engineering Command issued Sources Sought N4008524R2509 for Grounds Maintenance at the Naval Support Activity Crane, Indiana and Glendora Test Facility, Sullivan, Indiana due 10/23/23. The opportunity was issued full & open with NAICS 561730 and PSC S208.
Primary Contact
Name
Colleen McKinney   Profile
Phone
(812) 381-5507
Fax
(812) 854-3800

Secondary Contact

Name
Carrie Grimard   Profile
Phone
(812) 854-6641
Fax
8128543800

Documents

Posted documents for Sources Sought N4008524R2509

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008524R2509

Award Notifications

Agency published notification of awards for Sources Sought N4008524R2509

Incumbent or Similar Awards

Contracts Similar to Sources Sought N4008524R2509

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008524R2509

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008524R2509

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Nov. 7, 2023
Last Updated By
carrie.grimard@navy.mil
Archive Date
Nov. 7, 2023