The RFP Database
New business relationships start here

Landscapig and Snow Removal Services


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

The Defense Logistics Agency Contracting Services Office - Columbus, located at the Defense Supply Center Columbus (DSCC) located in Columbus, Ohio has a requirement for landscaping and snow removal services.  The requirement also included services for geese control and installation and take down for several outdoor holiday display items.  The work must be accomplished in strict accordance with the Performance Work Statement contained in the solicitation. 


The award will be a firm fixed contract.  Award will be based on the lowest evaluated price of the technically acceptable proposal meeting all of the solicitation requirements from responsible offerors with acceptable past performance.    There will be one award made for this project.   Award may be made without discussions.


This requirement is being issued for full and open competition and is not set aside for small business.


The NAICS for this requirement is 561730.  The Small Business size standard for this requirement is $7,500,000.00.


This requirement is being solicited on an all or none basis - all offers must provide pricing for all schedule items for the base year and all option periods. 


BASIS OF AWARD:  The Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Note that offers that are not technically acceptable cannot be selected, regardless of price.


Selection of an offeror for contract award will be made on the basis of an assessment of each offeror's response to the Request for Proposal (RFP). As a Request for Proposals (RFP) based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, the Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The TWO (2) evaluation factors for determination of technical acceptability consist of:

            1.         Past Performance; and

            2.         Technical Capability

Offerors submitting proposals must comply with the requirement to provide information detailed in solicitation pages 236 thru 241  - DOCUMENTATION OF TECHNICAL ACCEPTABILITY with their proposals.  

NOTE: Failure to comply with the RFP requirements will raise serious questions regarding an Offeror's technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award.   All Contract Line Items (CLINS) contained in Schedule B and pricing attachment sheets must be completed and returned with the contractor's proposal.


The contract will be required by law to pay prevailing Service Contract Act wage rates for all work awarded under the contract.  The Defense Supply Center Columbus is located in Franklin County, Ohio.

PERIOD OF PERFORMANCE:  The requirement will be awarded for a base period of one year with four additional one year option periods available to be exercised providing contractor performance is acceptable. 


SITE VISIT - One preproposal conference/site visit is scheduled for this project and is scheduled for 0:30 AM local time on 22 February 2018.  All individuals wishing to attend will be required to request Center access no later than 24 hours prior to the site visit date   Those individuals wishing to attend must provide their name and corporate affiliation to barbara.bocsy@dla.mil by email.  The Defense Supply Center is a secure facility and individuals who do not preregister will not be granted access.  Registered participants cannot bring unregistered personnel on center with them.   Individuals will need to enter the Center through the Visitor Processing Center located at the DSCC Main Entrance, 401 N. Yearling Road, Whitehall, OH 43213.  Valid federal or state issued photo identification will be required.  Anyone attempting to use state issued identification from any state not in compliance with the Real ID Act of 2005 will be denied access to the DSCC Center.   Entry will not be granted to foreign nationals. 

Beginning on January 30, 2017 certain state ID's may not be accepted for access to DSCC due to non-compliance of the Real ID Act of 2005. The Real ID Act of 2005 and Department of Homeland Security (DHS) Guidance (lead for REAL ID enforcement) prohibits Federal agencies (includes DoD) from accepting drivers' licenses and state identification cards from non-compliant states. The Act was enacted to implement the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance...of sources of identification, such as driver's licenses." It established minimum security standards for license issuance and production and assigned responsibility for determining whether a state is meeting these standards to the Department of Homeland Security (DHS).   For more information on the Real Act of 2005 and a list of compliant and non-compliant states please go to the following DHS website: https://www.dhs.gov/current-status-states-territories. ;

Questions concerning this requirement must be submitted no later than 1:00 PM local time on 26 February 2018.


The solicitation will close at 1:00 PM (Eastern) on 07 March, 2018.


NOTE PWS REQUIREMENTS:


Section 4, paragraph 4.27 - CONTRACTOR EXPERIENCE: Each bidder shall submit with their cost proposal a list of projects completed within the past three (3) years which demonstrate the contractor's capability to successfully provide all of the services in the size and scope detailed in this specification.  The contractor shall include a brief description of the work performed and the cost for each project listed.  Provide references for each project listed.  The contractor shall demonstrate in his proposal that his employees have detailed experience in turf grass management and horticultural science.  The contractor shall submit along with his cost proposal the resumes of those employees who will be responsible for turf grass management and horticultural science services.  Only those proposals containing sufficient documentation detailing the contractor's required level of experience and expertise will be considered. Any offer that fails to include information to demonstrate that the offeror has the required experience will be ineligible for award and will be rejected as technically unacceptable.

Section 5, paragraph 5.9 - CONTRACTOR EXPERIENCE: Each bidder shall submit with their cost proposal a list of projects completed within the past three (3) years which demonstrate the contractor's capability to successfully provide all of the services in the size and scope detailed in this specification.  The contractor shall include a brief description of the work performed and the cost for each project listed.  Provide references for each project listed.  The contractor shall demonstrate in his proposal that his employees have detailed experience in snow/ice removal and applying salt on roads and sidewalks.  The contractor shall submit along with his cost proposal the resumes of the field supervisor, Quality Control and crew leader(s).  Only those proposals containing sufficient documentation detailing the contractor's required level of experience and expertise will be considered. Any offer that fails to include information to demonstrate that the offeror has the required experience will be ineligible for award and will be rejected as technically unacceptable.

And

Section 7, paragraph 7.6 - Only contractors experienced in servicing sites of similar in size and makeup may submit bids.  The Government may request references prior to awarding a contract.  Inadequate experience is grounds for not awarding the contract.


 


Barbara Ann Bocsy, Phone 6146923650, Email barbara.bocsy@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP