Region 8 Colorado Center Landscape, Grounds Maintenance and Snow Removal

Agency: GENERAL SERVICES ADMINISTRATION
State: Colorado
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Apr 23, 2024
Due: May 8, 2024
Solicitation No: CSCLandscapeGroundsMaintenanceSnowRemoval
Publication URL: To access bid details, please log in.
Follow
Region 8 Colorado Center Landscape, Grounds Maintenance and Snow Removal
Active
Contract Opportunity
Notice ID
CSCLandscapeGroundsMaintenanceSnowRemoval
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R8 ACQUISITION MANAGEMENT DIVISION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 23, 2024 08:52 am MDT
  • Original Response Date: May 08, 2024 02:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
  • Place of Performance:
    Denver , CO 80294
    USA
Description

This requirement will provide Landscape, Grounds Maintenance, Snow Removal, Waste Management and Other Related Services. The Landscape, Grounds Maintenance and Related Services will include Landscape Services (to include, but not limited to: aertion, weed control and trimming, mulching and shrub maintenance and flowerbed upkeep), Snow Removal, Irrigation and Control Services, Street Sweeping, Exterior Pest Management, Stormwater Catchment Cleanout and Maintenance, Tree Pruning and Maintenance Services, External Surface Cleaning Services (Picnic tables, concrete walkways, etc), Pressure Washing, Maintain Ash and Trash Urns Exterior to Buildings, and Waste Management to include removal of landfill items discarded of an located on the properties.



The Boulder property comprises approximately 14 acres and the Downtown Denver Properties consists of approximately 13 acres, that have multiple federally owned buildings, that will require a qualified contractor to provide a wide variety of Landscape, Grounds Maintenance and Snow Removal services. There are multiple tenant agencies housed within each of the federally owned facilities which require assured access and a well maintained property to support their agency operations/mission, many 24/7. It is imperative that the selected contractor has experience successfully maintaining multiple properties.



The resultant contract will be a firm fixed-price contract for a 10 month base, with four one-year options as well as Snow Removal Services as a Time and Material CLIN. The contractor will have a transition period tentatively starting February 1, 2025 to March 31, 2025, at no cost to the Government, with actual performance period tentatively commencing on or about April 1 , 2025



Information Requested:



Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information.




  1. Name of the firm, address, point of contact with name title, phone, email address, Unique Entity ID (UEID) business size and type of ownership for the organization (if applicable); and

  2. Socioeconomic status(8(a), HUBZone, SDVOSB, large business, etc) in accordance with NAICS Code 561210

  3. Identify if your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. Provide Affiliate information: parent company, joint venture partners, and potential teaming partners if applicable.

  4. A statement of your intention to bid on this contract as a prime contractor.

  5. Provide a narrative that demonstrates your capability to perform requirements contained within the PWS. Narratives shall address the following: Provide a summary of your firm's relevant experience within the last three years for one (1) to three (3) similar projects. References can be commercial or Government. Each respondent’s reference shall include (a) name of the project, (b) brief description of the project; and (c) dollar value of the project.



Provide relevant experience for use and management of a CMMS system (computerized maintenance management system) as it relates to the PWS requirements.




  1. Would your firm submit an offer if this requirement is issued under a GSA MAS Contract?

  2. What information and/or resources would you typically need from the government to perform this effort?

  3. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)?

  4. Any recommendations to improve the approach draft PWS to acquiring the identified services.

  5. Provide any general comments, thoughts, and feedback your company would like to share regarding this sources sought.



Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-10) as stated above.



All responses are due by 06 May 2024 at 2:00 PM MST and shall be submitted to:



Tiffany Campbell, Contracting Officer: tiffany.Campbell@gsa.gov



ALTERNATE POINT OF CONTACT: Shantelle Brungardt, Contract Specialist , shantelle.brungardt@gsa.gov



This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.


Attachments/Links
Contact Information
Contracting Office Address
  • R8 ACQUISITION MANAGEMENT DIVISION 1 DENVER FEDERAL CENTER
  • LAKEWOOD , CO 80225
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 23, 2024 08:52 am MDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...for the services performed under this contract. The Contractor shall be responsive to ...

AGRICULTURE, DEPARTMENT OF

Bid Due: 7/09/2024

...SERVICE Office USDA-FS, CSA INTERMOUNTAIN 5 Looking for contract opportunity help? (opens in ...

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.