SOURCES SOUGHT
S -- Weed Abatement - Preformance Work Statement - Questionnaire
- Notice Date
- 6/10/2015
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- F4D3D15118A001
- Archive Date
- 6/16/2015
- Point of Contact
- Nathan L. Yockman, Phone: 805-606-5866, Lucille D. Ngiraswei, Phone: 8056050490
- E-Mail Address
-
nathan.yockman@us.af.mil, lucille.ngiraswei@us.af.mil
(nathan.yockman@us.af.mil, lucille.ngiraswei@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Questionnaire. PWS THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary. Any information provided to the Government is strictly voluntary and at no cost to the Government. This RFI is for market research purposes only. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The 30th Contracting Squadron is seeking commercial sources with the technical expertise to provide weed abatement for the 30th Civil Engineering Squadron on Vandenberg Air Force Base (VAFB), California. General Description of Services: The contractor shall provide all management, personnel, licenses, tools, supplies, equipment, materials, transportation, and labor necessary to provide post emergent herbicide treatments for abatement of broadleaf weeds and grasses. Areas to be treated with herbicides will include cracks at curbs, gutters, sidewalks, islands, pavers, rock beds, parking lots, and roadsides. in accordance with the Performance Work Statement (PWS). Fluctuations in base personnel and/or requirements may necessitate increases or decreases in quantities required. In such events, the Contractor shall comply as directed by government in accordance with the terms set forth in this contract. Period of Performance: It is anticipated that the contract performance period will run from 1 July to 31 August 2015. Contractor shall be allowed sixty days to allow for inclement weather such as windy weather conditions or rain events. The North American Industry Classification System (NAICS) Code anticipated is 561730, Landscaping Services. The applicable Small Business size standard is $7.5 million dollars. In accordance with FAR 19.502-2(a), Total Small Business Set-Asides, the Government anticipates this acquisition will be set-aside for small business concerns and that the acquisition will be conducted under FAR 6.2, Full and Open Competition After Exclusion of Sources. Interested parties are requested to address the questions in the Market Research Questionnaire. 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. As noted in the Market Research Questionnaire, the Government requests interested parties submit a brief description of capabilities, anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All information received in response to this announcement that is marked "Proprietary" will be handled accordingly. Responses will not be returned. Please limit your response to no more than five (5) pages inclusive of the Market Research Questionnaire. Please email responses with a subject heading of "Weed Abatement: Contractor Name" to the attention of Nathan Yockman at email address: Nathan.yockman@us.af.mil. Please note that telephone calls and faxed responses will not be accepted. Please also note that all potential offerors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D15118A001/listing.html)
- Place of Performance
- Address: 1515 Iceland Ave., Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN03760052-W 20150612/150610235639-daffb8dff0103513c933a11cf83fabee (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |