F--NAMA, Stump Removals
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)
- Original Published Date: Apr 26, 2023 07:43 am CDT
- Original Response Date: May 03, 2023 12:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F014 - NATURAL RESOURCES/CONSERVATION- TREE THINNING
- NAICS Code:
- 561730 - Landscaping Services
- Place of Performance: East Potomac Maintenance Yard Washington , DC 20024-2000USA
Description
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:
The contractor shall provide all labor, supervision, materials, tools, supplies, transportation, barricades, signs, traffic control measures/coordination and equipment incidental to the total removal of stumps in accordance with industry standards and best management practices (BMPs) as identified around the National Mall and Memorial Parks. The area of operations shall be as follows:
- The National Mall
- DuPont Circle
- Logan Circle
- Vermont Ave. & 10th St. NW
- Scott Circle
- Farragut Square Park
- Rawlings Park
- Lincoln Memorial Volleyball Courts
- Ash Woods
- West Potomac Park (WWP) Ohio Dr., river
- Jefferson Memorial
- Hains Point
a. All work performed in accordance with the most up to date ANSI and OSHA standards.
b. Remove stumps (approximately 120) of various sizes throughout the National Mall & Memorial Parks. Remove all resulting debris from site and depose of off campus by following all local, state, and federal DOT and dumping laws.
The National Park Service anticipates awarding a Firm Fixed-Price contract.
Anticipated 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 (140P6023Q0021) 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 and CAGE Code
- 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 (140P6023Q0021) in the subject line of all correspondence.
Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6023Q0021.
END OF ANNOUNCEMENT
Attachments/Links
Contact Information
Contracting Office Address
- 601 Riverfront Drive
- OMAHA , NE 68102
- USA
Primary Point of Contact
- Clark, Dorinda
- dorinda_clark@nps.gov
- Phone Number 4022784475
Secondary Point of Contact
History
- May 18, 2023 10:58 pm CDTSources Sought (Original)
- May 12, 2023 12:49 pm CDTCombined Synopsis/Solicitation (Original)