Washington, DC Bids > Bid Detail

Z--NAMA, Tree Pruning 3 Locations

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159655466954645
Posted Date: Apr 25, 2023
Due Date: May 2, 2023
Solicitation No: 140P6023Q0022
Source: https://sam.gov/opp/f25a984062...
Follow
Z--NAMA, Tree Pruning 3 Locations
Active
Contract Opportunity
Notice ID
140P6023Q0022
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MIDWEST REGION(60000)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 25, 2023 02:00 pm CDT
  • Original Response Date: May 02, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1QA - MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 238320 - Painting and Wall Covering Contractors
  • Place of Performance:
    East Potomac Maintenance Yard Washington , DC 20024-2000
    USA
Description
The National Park Service requests information through this Sources Sought 140P6023Q0022 from small business vendors registered as small businesses under NAICS 561730 -Landscaping Services Contractors, with a size standard of $9.5M or that meets that size standard and can perform the work. Vendors interested in submitting a proposal for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Dorinda Clark, at dorinda_clark@nps.gov, no later than (NLT) 12:00 PM CD on May 2, 2023.

All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration.

The Work consists of the following:

This Work covers three separate areas within the National Mall and Memorial Parks (NAMA). (1) Lincoln Memorial Beach Volleyball Courts; (2) Hains Point, East Potomac Park; (3) Ash Woods;
2. The contractor shall provide all labor, supervision, materials, tools, supplies, transportation, barricades, signs, traffic control measures/coordination and equipment incidental to and necessary to execute safe full spectrum pruning operations in accordance with ANSI Z-133 and A300 standards and ISA¿s best management practices (BMPs). The area of operations shall be as follows:

Area of Operations

1.        Lincoln Memorial Beach Volleyball Courts

East Boundary        Ohio Dr. SW
West Boundary        Rock Creek & Potomac Parkway
Northern Boundary        Ohio Dr. SW
Southern Boundary        Rock Creek & Potomac Parkway

2.        Hains Point, East Potomac Park

Northern Boundary        Buckeye Drive
Eastern Boundary        The Channel
Southern Boundary        Confluence of Channel and Potomac River
Western Boundary        Potomac River

3.        Ash Woods

Northern Boundary        JFK Hockey Fields
Eastern Boundary        Comfort Station WWll Mem Bus Parking Lot
Southern Boundary        Sidewalk on westbound lane of Independence Ave.
West Boundary         Paved walkway, east side of USPP Horse Stables


The National Park Service anticipates awarding a Firm Fixed-Price contract.

Period of Performance: July 1, 2023 ¿ November 30, 2023.

Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through Sam.gov at https://www.sam.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Dorinda Clark, dorinda_clark@nps.gov. Include the reference number (140P6023Q0022) in the subject line.

DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds.

Interested firms must submit the following information:

¿        Name of Firm
¿        Point of Contact
¿        Address
¿        Phone Number
¿        Email Address
¿        UEI Number
¿        Capability statement- A brief summary of capabilities.
¿        Size status/SBA certifications (size standard for NAICS 561730) Mark all that apply:
¿ Small Business
¿ Indian Small Business Economic Enterprises
¿ Women Owned Small Business (WOSB)
¿ Economically Disadvantaged Women Owned Small Business (EDWOSB)
¿ HUBZone
¿ Service Disabled Veteran Owned Small Business (SDVOSB)
¿ Other (specify)

Please include the reference number (140P6023Q0022) in the subject line of all correspondence.

Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6023Q0022.
END OF ANNOUNCEMENT
Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • 601 Riverfront Drive
  • OMAHA , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 25, 2023 02:00 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >