The RFP Database
New business relationships start here

JB Charleston Grounds Maintenance Services


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

The 628th Contracting Flight at Joint Base Charleston, SC intends to issue a Request for Proposal (RFP) for an IDC Firm Fixed Price (FFP) Requirements contract for Grounds Maintenance Services to be performed at Joint Base Charleston, SC, which includes four geographically separate locations:

• Naval Weapons Station - Goose Creek, SC
• Charleston Air Force Base - North Charleston, SC
• Sullivan's Island, SC
• Short Stay Recreation Area - Moncks Corner, SC

This requirement will be acquired in accordance with FAR Part 12 (Acquisition of Commercial Items) and FAR Part 15 (Contracting by Negotiation). The Contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform Grounds Maintenance at Joint Base Charleston, SC in a manner that will promote the growth of healthy grass, trees, shrubs and plants as well as maintain satisfactory grounds conditions and present a clean, neat and professional appearance IAW all applicable laws, regulations, standards, instructions and industry best practices as described in the Performance Work Statement (PWS) with the focus on safety and customer service. The work will vary according to the needs of each location.

Services shall be performed across the five geographically separate locations that comprise Joint Base Charleston, SC. Joint Base Charleston Air Base is located 16 miles from the Naval Weapons Station, 9 miles from the Old Naval Station, 30.5 miles from Short Stay, and 22 miles from Sullivan's Island.

Major areas covered by the PWS are: improved grounds (1019 acres); semi-improved grounds (1230 acres); Bird Area Strike Hazard (BASH) Zone (801 acres); ordnance magazines (90 acres); railroad (29 miles); unimproved grounds (726 acres); vegetative beds, inert beds, rock beds and related areas; surface drainage ditches (136,795 LF)/(661,620 SqFt); power line right-of-ways (107.5 miles); and other special requirements executed via a work order.

The expected award shall consist of a base period of five months, four twelve-month options and one seven-month option.

The North American Industry Classification System (NAICS) code is 561730 Landscaping Services, with a small business size standard of $7.5M. Award will be made using the Source Selection procedures referenced in FAR 15.3, Source Selection, as well as the trade-off procedures referenced in FAR 15.101-1 Tradeoff Process, resulting in the best value to the Government. This is a competitive best value source selection in which competing offerors' past performance history will be evaluated on a basis significantly more important than price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications.

This acquisition will be solicited as a 100% HUBZone Business Set-aside.

Solicitation FA441819RA037 will be issued on or about 2 October 2019.

The 628th Contracting Squadron intends to conduct a pre-proposal conference and site visit at JB Charleston at 9:00 A.M. (EST) on Thursday, 17 Oct 2019. The date and time is subject to change upon the posting of the solicitation. Attendees are limited to 2 (two) personnel per firm. All prospective offerors are urged to attend this conference. The pre-proposal conference is likely to last most of the day and may contain a lunch break. Contractors are advised to plan accordingly. Government issued ID's are required, along with proof of vehicle insurance and registration. Additional documentation may be required for visitors not born in the United States. Please call or email the contract administrator with any questions.

All contractors MUST be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) database or their proposal MAY NOT be considered for award. Contractors can obtain further information on the SAM database at the website https://www.sam.gov.

This solicitation will only be available by downloading the solicitation located at http://www.fedbizopps.gov. No paper copies or CD- ROMS will be issued. Once the solicitation is issued, it is dependent upon the interested parties to frequently visit the website for any updates/amendments to all documents. All responsible sources may submit a proposal, which will be considered by the agency. Incomplete submissions may be determined not responsible without further discussions and or clarifications. Any questions should be directed to Brandy Stroud at 843-963-5166 or via email at brandy.stroud@us.af.mil.

This notice does not obligate the Government to award to a contractor, nor does it obligate the Government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit the requested information/proposal. Responses to this notice and the RFP will not be returned. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.


Brandy M. Stroud, Contract Specialist, Phone 843-963-5166, Email brandy.stroud@us.af.mil - Tricia L. Esannason, Contracting Officer, Phone 8439633327, Email tricia.esannason@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP