The RFP Database
New business relationships start here

Fort Stevens Grounds Maintenance and Special Services


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT / MARKET RESEARCH
Grounds Maintenance and Special Services
Joint Base Lewis-McChord, Washington
Solicitation No.: W911S8-17-R-0010

Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, is currently conducting preliminary planning market research to determine commercial market practices.


MICC-JBLM is seeking industry information and comments from sources with capabilities to perform the services with relevant experience in all of the functional areas mentioned in the description of services. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation.


Disclaimer: This Sources Sought (SS) Notice is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this Sources Sought Notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. MICC JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought Notice that is marked "Proprietary" will be handled accordingly. Responses to this Sources Sought Notice will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought Notice. The Government reserves the right to determine how it should proceed as a result of this notice.


In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices.


Description of Services: The contractor shall ensure all work accomplished maintains and presents a healthy, clean, neat, and professional appearance to all grounds included and covered by this PWS in support of mission requirements for users, residents, and visitors to the installation. The contractor shall provide commercially established grounds maintenance services and special services at Fort Stevens Cemetery.


This is a non-personal services contract to provide Grounds Maintenance and Special Services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform grounds maintenance and special services at Fort Stevens Cemetery as defined in this Performance Work Statement (PWS), section three (3.0) except for those items specified as Government-furnished property and services. The Contractor shall perform to the standards of this PWS.


The period of performance for this requirement is December 1, 2017 to November 30, 2018 with the possibility of up to four (4) one-year option periods. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Grounds Maintenance and Special Services as defined in the attached DRAFT Performance Work Statement except for those items specified as government furnished property and services.


All comments and/or questions regarding the draft PWS and associated documents shall be submitted and received by the response date listed in this posting via e-mail to wendell.g.fulcher.civ@mail.mil. If applicable, comments should reference a specific paragraph of the PWS or associated document. All timely submissions will be reviewed and the final PWS and associated documents may contain changes as a result of input received.


MARKET RESEARCH QUESTIONNAIRE


Respondents shall submit a capability statement demonstrating their experience in managing [.......]. Capability statements are for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Narratives shall include the following:


Company Name:


Cage Code / DUNS Number:


Company Point of Contact:
Position:
Phone:
Email:


Company Physical Address:


NOTE: Responses will not be published outside the MICC JBLM office; however the information received will be used as a tool for the upcoming acquisition. Please submit your response no later than June 2, 20177 by 10:00AM (PST) via e-mail to Wendell Fulcher at wendell.g.fulcher.civ@mail.mil and Mr. Robert A. Phelps at robert.a.phelps2.civ@mail.mil.


1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate all applicable programs.


[ ] yes [ ] no - Small Business (SB)
[ ] yes [ ] no - HubZone
[ ] yes [ ] no - Small Business 8(a)
[ ] yes [ ] no - Small Disadvantaged Business (SDB)
[ ] yes [ ] no - Economically-Disadvantaged Women-Owned Small Business (EDWOSB)
[ ] yes [ ] no - Women-Owned (WO) Small Business
[ ] yes [ ] no - Service-Disabled Veteran-Owned Small Business (SDVOSB)
[ ] yes [ ] no - Veteran-Owned Small Business
[ ] yes [ ] no - Other


2. Does your firm have relevant experience in providing the services as outlined in this notification and the Performance Work Statement?


[ ] yes [ ] no


3. Is your firm currently registered in System for Award Management (SAM)?


[ ] yes [ ] no


 
4. This requirement will be offered under NAICS Code, 561730 - Landscaping Services; the small business size standard for this NAICS code is $7.0 million. Is your firm affiliated with this NAICS Code in SAM?


[ ] yes [ ] no



A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for
Small Business Administration and federal contracting programs. The definition of "small" varies by industry.


5. If your company were selected, how many calendar days would your company need after the contract award date before completing set-up and providing services?


_____ 15 days _____ 30 days _____45 days _____other (please list)


6. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns grounds maintenance and interment services. How should these risks be mitigated?


7. Does your company have experience providing military interment services?
If yes, provide a brief description of work experience.
_______________________________________________________________


8. Can your company handle a 48-hour notice for military burial services?
_______________________________________________________________


9. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts).


Thank you for your participation.


Contracting Office Address:
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box
339500, Fort Lewis, WA 98433-9500


Place of Performance:
MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box
339500 Fort Lewis WA
98433-9500
US


Point of Contact(s):
Wendell Fulcher, 253-966-3501


10. Please feel free to provide any additional feedback that you feel is relevant (e.g., problems or issues encountered with similar solicitations or contracts, etc.).


Request for Information or Solicitation for Planning Purposes (Oct 1997)
(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
(b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of: Grounds Maintenance and Special Services at Fort Stevens Cemetery, Hammond, Oregon.


 


Enclosed:
Performance Work Statement (DRAFT)
Technical Exhibit 1 - Stevens Map April 2013
Technical Exhibit 2 - Fort Stevens Overview
Technical Exhibit 3 - Headstone Diagram
Technical Exhibit 4 - Performance Requirements Summary
Technical Exhibit 5 - Contract Deliverables
Technical Exhibit 6 - Historical_Data
Technical Exhibit 7 - Irrigation Map


 


Wendell Fulcher, Contract Specialist, Phone 253-966-3501, Fax 253-967-3844, Email wendell.g.fulcher.civ@mail.mil - Robert A. Phelps, Contracting Officer, Phone (253) 966-3487, Fax 253-967-3844, Email robert.a.phelps2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP