Search Contract Opportunities

Final Request for Proposal for KSC Grounds Maintenance and Pest Control Services (KGMPC III)   3

ID: 80LARC23R0009 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 23, 2023, 1:21 p.m. EDT

8/23/2023 - Amendment 00003

The purpose of Amendment 00003 is to:

1. Incorporate the revised E-02 Pricing Proposal Template to:

  • Correct the Total Price formulas in tab (4a) CLIN 2 Price.
  • Correct the Subcontract A formula cells in tab (5a) CLIN 3 Price.

2. Update the proposal due date on the SF1449 Block 8 and in the RFP Doc (KGMPCIII_SF1499+Continuation_SectionsA-E) from 8/28/2023 to 9/1/2023 at 2:00 p.m., EST.

_____________________________________________________________________________

8/15/2023 - Amendment 00002

The purpose of Amendment 00002 is to:

  1. Incorporate and release Attachment E-07, KGMPC III Questions and Answers document for responses to questions received by 2PM, EST on August 10, 2023, in accordance with Final RFP E.2.3.

_____________________________________________________________________

08/03/2023 - Amendment 00001

The purpose of Amendment 00001 is:

  1. In Coverletter_Final RFP 80LARC23R0009.pdf, remove reference to JSC and replace with KSC;
  2. Incorporate the revised SF-1449, which updates Block 10 by checking the box for HUBZone Small Business.

______________________________________________________________________

You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) Grounds Maintenance and Pest Control Services III (KGMPC III) solicitation. The principal purpose of this requirement is to provide grounds maintenance (grass mowing, edging, herbicide treatment, vegetation control for KSC Railroad tracks, landscaping, and tree and shrub pruning, fertilization), pest control services (pest identification and management, wildlife control, pesticide) and IDIQ task orders (removal of trees, shrubs and stumps, repair and replacement of grasses areas, land clearing, fire line clearing, emergency clean-up, and pest control services, in addition to the baseline pest control services). Langley Research Center (LaRC) will serve as the buying office for this procurement. Once the contract is awarded, the contract will be administered by KSC.

NASA will conduct this acquisition as a HUBZone set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 561730 and the small business size standard is $9,500,000.

This competitive acquisition will result in a Hybrid Firm-Fixed Price (FFP) with the ability to issue Indefinite Delivery Indefinite Quantity (IDIQ) task orders. The contract will have a total potential period of performance of five (5) years, including a 30-day phase-in, four (4) 12-month option periods, and an option to extend services for up to 6-months.

The anticipated contract award date is October 31, 2023, with a December 1, 2023, contract effective date. The contract will be performed onsite at NASA John F. Kennedy Space Center.

Potential Offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in Sections E, Solicitation Provisions take precedence:

  1. This procurement will be conducted using a Lowest Price Technically Acceptable (LPTA) approach as outlined in Section E.3.
  2. A Phase-in period will be conducted. The phase-in period is currently estimated to be 30 days. The phase-in period will be priced separately.
  3. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance.
  4. NASA Langley Research Center along with Kennedy Space Center appreciates the comments received in response to the release of the Draft RFP. These comments resulted in improvements to the quality and content of the overall RFP. Offerors should review the RFP in its entirety, as its content have changed from the Draft RFP version. The following list identifies some areas where significant changes or clarifications have been made from the Draft RFP to this final RFP that may not have been addressed in the Draft RFP questions and responses:
    • E.2.3 Communications Regarding this Solicitation: the date to send questions has been updated to August 10, 2023.
    • E.2.4 has been changed to reserved.
    • E.2.5 Anticipated Award Date: the period of performance has changed to align with the effective date of December 1, 2023.
    • E.2.10.3 Proposal Page Limitations: the page counts have been updated.
    • E.2.10.4.1 Volume 1 Technical Proposal: contains revisions for subfactor 1 and 2 which further clarify the requirements.
    • E.2.10.4.2 Volume II Past Performance: revised to define significant subcontractor and teaming arrangements.
    • E.2.10.4.3 Volume III - Price Proposal: provides instructions on the completion of the Price Proposal Template. When completing the pricing template confirm that the computations are accurate and complete. The IDIQ CLIN has a maximum not-to-exceed, which has been pre-populated.
    • E.3.2.2 Method of Evaluation: provides an overview of the evaluation process, however, it is not intended to be strictly sequential.
    • E.3.2.5 Price: updated to clarify the contents of the total evaluated price for source selection.
    • Exhibit D-05.1 Offeror's Library: added for compliance documents not accessible to the public (reference Exhibit D-05 Compliance Documents)
    • This list is not intended to cover all changes nor describe all RFP requirements. Offerors should carefully review the RFP in its entirety.
  5. Contractor Teaming Arrangements as defined in FAR 9.6 are allowable for this HUBZone set-aside. Per E.2.10.4.4.1.2(b) the Offeror shall provide a complete copy of the agreement signed by all parties (See 13 CFR 121.103[h]).
  6. Be advised, in accordance with provision E.2.10.4.2(D) Offerors need to encourage their references to submit their Past Performance Questionnaires directly to the Contracting Officer prior to proposal due date.
  7. Determination of Responsibility will be made prior to award in accordance with FAR 9.1. Prospective Offerors shall have:
    • Adequate financial resources or ability to obtain them.
    • Comply with proposed performance schedule.
    • Satisfactory performance record in which performance meets the contractual requirement. The contractual performance of the sub-elements contains some minor problems for which corrective action taken by the contract appear to were satisfactory.
    • Satisfactory record of integrity and business ethics.
    • Organization, experience, accounting, operations controls, technical skills, or ability to obtain them.
    • Otherwise, qualified and eligible to receive an award under applicable laws and regulations.
  8. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal.

Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, in particular paragraph (g), which states that the Government intends to evaluate offers and award a contract without discussions with Offerors.

Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference/technical/Offeror's library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates.

NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.

This RFP does not commit NASA LaRC or KSC to pay any proposal preparation costs, nor does it obligate NASA LaRC or KSC to procure or contract for these services. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the Offeror for performing any of the work called for in this solicitation.

Proposals submitted in response to this solicitation shall be due no later than August 28, 2023, at 2:00 p.m. EST, unless otherwise extended by amendment to the solicitation. Proposals for this solicitation are required to be submitted through NASA's Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential Offerors, especially those that have not previously submitted a proposal utilizing NASA's EFSS Box, are encouraged to review the solicitation instruction entitled Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA's EFSS Box which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA's EFSS Box.

In accordance with NFS 1815.201(f), a Blackout Notice has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Specialist/Officer listed below.

All questions regarding this RFP should be submitted in writing, electronically to the following Government representatives on or before August 10, 2023, at 2:00 p.m., EST:

  • LaRonda Davis James, Contract Specialist
  • Daphne Darden, Contracting Officer
  • Email: larc-kgpciii@mail.nasa.gov
  • CC: LaRonda.L.DavisJames@nasa.gov

Offerors are encouraged to submit questions as soon as possible for consideration.

Thank you for your support. We look forward to receiving your proposals.

Posted: Aug. 15, 2023, 4:33 p.m. EDT
Posted: Aug. 3, 2023, 12:47 p.m. EDT
Posted: July 28, 2023, 3:05 p.m. EDT

Overview

Response Deadline
Sept. 1, 2023, 2:00 p.m. EDT (original: Aug. 28, 2023, 2:00 p.m. EDT) Past Due
Posted
July 28, 2023, 3:05 p.m. EDT (updated: Aug. 23, 2023, 1:21 p.m. EDT)
Set Aside
HUBZone (HZC)
Place of Performance
Merritt Island, FL 32953 United States
Source

Current SBA Size Standard
$9.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 7/28/23 Langley Research Center issued Solicitation 80LARC23R0009 for Final Request for Proposal for KSC Grounds Maintenance and Pest Control Services (KGMPC III) due 9/1/23. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 561730 (SBA Size Standard $9.5 Million) and PSC S208.
Primary Contact
Name
LaRonda Davis James   Profile
Phone
None

Secondary Contact

Name
LaRonda Davis James   Profile
Phone
None

Documents

Posted documents for Solicitation 80LARC23R0009

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 80LARC23R0009

Award Notifications

Agency published notification of awards for Solicitation 80LARC23R0009

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 80LARC23R0009

Incumbent or Similar Awards

Contracts Similar to Solicitation 80LARC23R0009

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 80LARC23R0009

Similar Active Opportunities

Open contract opportunities similar to Solicitation 80LARC23R0009

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA LANGLEY RESEARCH CENTER
FPDS Organization Code
8000-LARC0
Source Organization Code
100173681
Last Updated
Sept. 16, 2023
Last Updated By
laronda.l.davisjames@nasa.gov
Archive Date
Sept. 16, 2023