Search Contract Opportunities

Grounds Maintenance Service   3

ID: W9115119R0005 • Type: Presolicitation
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?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Mission and Installation Contracting Command (MICC) Fort Hood is issuing a PRE-SOLICITATION NOTICE for Proposal for a Firm Fixed Price (FFP) Service contract to provide Grounds Maintenance Services to Fort Hood, Texas. This acquisition is 100% set aside for Small Business under NAICS 561730 Landscaping Services (Size Standard $8 Million).

The services required is for all management, supervision, personnel, supplies, materiel, and operational equipment necessary to perform the Grounds Maintenance Service Contract, which includes mowing, trimming, edging, cleanup, debris removal, and chemical sterilant application. All work must be performed in accordance with the performance work statement (PWS), and shall comply with all applicable Federal, State, and local laws, regulations, and directives to include, but not limited to, the publications in Section 7, Related Documents. All work shall be performed by personnel qualified in accordance with (IAW) applicable laws and regulations.

The services shall include mowing, trimming, and chemical sterilant application for approximately 3,000 acres of the Fort Hood Installation. The service provider shall ensure all work performed results in a healthy, clean, neat, and professional appearance to all grounds serviced in support of mission requirements for users, residents, and visitors. All debris, residue, or grass clippings shall be removed from adjacent surface areas (e.g. sidewalks, curb lines, gutters, landscaped beds, rip rap etc.) as required. Mower height shall be set to three (3) inches for all areas, unless otherwise specified in Technical Exhibit (TE) E Installation Management Command (IMCOM) Standards. All work shall comply with all environmental impact awareness and compliance requirements. Installation mowing areas are represented by TE D Areas and Acreage, TE A1 GM FY20 Fort Hood (FH) Main Cantonment, and TE A2 GM FY 20 West FH Cantonment.

Historical data shall be compiled and required reports shall be prepared. All information shall be submitted as Deliverables set forth in Section 6 of the PWS. All work in support of mission requirements tendered to the Government for acceptance shall conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS.

The intent is to establish work requirements that are performance-based and results-oriented. The provider of the services shall determine the best and most cost effective ways to fulfill Grounds Maintenance Services and their component needs, emphasizing innovation and commercial best practices.
The estimated period of performance consists of one (1) base year plus four (4) option periods.

This contract is subject to the Service Contract Act and the applicable Wage Determination (currently WD 15-5237 (Rev. -11)

An organized site visit may be conducted for this procurement. If one is conducted, details of the site visit will be stated in the solicitation.

Current contemplated evaluation factors and subfactors and their relative order of importance as follows:

Factor 1 Past Performance

Subfactor 1 Recency Assessment
Subfactor 2 Relevancy Assessment

Factor 2 Technical

Subfactor 1 Staffing Plan
Subfactor 2 Corporate Experience and Key Personnel Qualifications
Subfactor 3 Equipment, Maintenance, Supply and Materials
Subfactor 4 Schedules
Subfactor 5 Transition Plan: Phase In and Phase Out

Factor 3 Price

Evaluation factors relative order of importance:
(i) Past Performance
(ii) Technical
(iii) Price

The Past Performance Factor is significantly more important than the Technical Factor. The combined non-cost factors (Past Performance Factor and Technical Factor) are significantly more important than the Price Factor. Within the Past Performance Factor, and Technical Factor; all subfactors are of equal importance.
NOTE: Evaluation factors and subfactors and their relative order of importance are subject to change prior to issuance of the solicitation.

Attachments included with this Pre-Solicitation notice are as follows:

DRAFT PWS Grounds Maintenance Service Fort Hood

Draft Technical Exhibit A1 - Fort Hood Main Cantonment Map

Draft Technical Exhibit A2 - West Fort Hood Cantonment Map

Draft Technical Exhibit B - Mowing Area Map Book.

Draft Technical Exhibit C - Chemical Sterilant Map Book

Draft Technical Exhibit D Areas and Acreage

Draft Technical Exhibit E - IMCOM Standards. Grounds Maint. Work Capability Levels.

Draft Technical Exhibit F - Special Services/Events.

Draft Technical Exhibit G - Hazardous Material Inventory

Draft Technical Exhibit H - Hazardous Material Authorization Request Form

Draft Technical Exhibit I - Contractor Yard Site Map

Draft Technical Exhibit J - Contract for Sale of Utility Services.

Draft Technical Exhibit K - Fort Hood Pesticide Use Proposal (PUP) Form

Draft Technical Exhibit L - EM 385-1-1

Draft Technical Exhibit M - Bluebonnet Seed Planting

Draft Technical Exhibit N - Wage Determination 15-5237 (Rev.-11)

Draft Technical Exhibit O- Pricing Sheet
The solicitation is currently contemplated to l be issued on or about 15 December 2019 under solicitation number W91151-19-R-0005 to the Federal Business Opportunity (FedBizOpps) at https://www.fbo.gov. No paper copies of this solicitation are or will be made available. If/when the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments.

Interested parties must be currently registered in the System for Award Management (SAM) at https://www.sam.gov to receive a government contract award.

The point of contact for this acquisition are Sharon V. Jones, Contracting Officer at sharon.v.jones.civ@mail.mil, Fredicinda D. Jones, Contract Specialist at fredicinda.d.jones.civ@mail.mil, and CPT Ena G. Baran at ena.g.baran.mil@mail.mil.

Overview

Response Deadline
None
Posted
Oct. 17, 2019, 6:32 p.m. EDT (updated: Oct. 21, 2019, 8:39 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Fort Hood Texas 76544 FORT HOOD, TX 76544 USA
Source
SAM

Current SBA Size Standard
$9.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
80%
On 10/17/19 MICC Fort Hood issued Presolicitation W9115119R0005 for Grounds Maintenance Service. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561730 (SBA Size Standard $9.5 Million) and PSC S.
Primary Contact
Title
Contract Specialist
Name
Fredicinda D. Jones   Profile
Phone
(254) 287-7674

Documents

Posted documents for Presolicitation W9115119R0005

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9115119R0005

Contract Awards

Prime contracts awarded through Presolicitation W9115119R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9115119R0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9115119R0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W91151
Source Organization Code
500036836
Last Updated
Oct. 21, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 21, 2019