Sources Sought for Bureau of Reclamation Lower Colorado Basin Phoenix Area Office Landscaping Service located in Glendale, AZ
NAICS and Size Standard: 561730 - Landscaping Services, $9.5 Mil
Classification Code: S - Service Codes
THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THIS IS A SOURCES SOUGHT. The U.S. Bureau of Reclamation (Reclamation), Lower Colorado Basin seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. All qualified concerns may submit capability statements for consideration. All small businesses to include Small Business, Small Disadvantaged Business, Certified 8(a), Indian Small Business Economic Enterprise (ISBEE), Certified HUB Zone, Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned (SDVOSB) are strongly encouraged to provide timely response to this announcement. A response to this announcement is necessary in order to assist Reclamation in determining the potential levels of interest, adequate competition, and the technical capability to provide the required services. The capability statements will be used to determine appropriate procurement strategy; in particular, whether a set-aside is warranted. Capability statements received may also be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work.
Due to this sources sought notice is for informational/market research purposes only, the Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is not a request to be placed on a solicitation mailing list nor is it a Request for Quote (RFQ) or an announcement of a solicitation.
Reclamation's Phoenix Area Office is seeking sources to perform landscaping services.
The description of anticipated work is as follows:
The Bureau of Reclamation (BOR), Phoenix Area Office (PXAO) is located at 6150 W. Thunderbird Road, Glendale, Maricopa County, Arizona. The purpose of this requirement is for the landscape vegetation and grounds maintenance of the PXAO. The project area covers 93,285 square feet rock/plant/tree area, 19,248 square feet of parking area, and 46,782 square feet of road area.
The project involves providing landscape vegetation and grounds maintenance services, which include tasks such as pruning and shaping trees and shrubs, controlling weeds, fertilizing, and cleaning various areas. Additionally, it entails the application of herbicides, cleaning sidewalks and road/parking areas, and maintaining and repairing the irrigation system. The contractor's services must align with good horticultural and commercial practices suitable for the Phoenix area. The Contractor shall maintain the grounds, trees, shrubs, and parking areas clean and neat.
The Contractor shall provide a supervisor, available at all times when work on site is in progress, and sufficient personnel to comply with these requirements. The supervisor shall know the conditions within the PXAO complex and shall ensure that all safety and security measures are being followed by employees. The supervisor shall be conversant in written and spoken English and shall keep up-to-date and accurate work records. All personnel shall be identified as Contractor personnel and have identification on their person at all times.
On Call Employees. The Contractor shall have personnel available to receive emergency maintenance telephone calls on Saturdays, Sundays, legal holidays, and other non-working days. The on-call employees shall be capable of being on site within twenty-four (24) hours' notice for emergency maintenance. Upon award, the Contractor shall furnish the Contracting Officer (CO) and the designated Contracting Officer's Representative (COR) with a roster of on-call personnel with names, and telephone numbers.
Contract Manager. The Contractor shall provide the CO and COR with the name of a contract manager who shall be able to respond, or be on the job site, within 24 hours after receipt of a telephone call. The contract manager shall have authority to make contract decisions which are binding on the Contractor.
Other Personnel. The Contractor shall not hire any persons whose employment would result in a conflict with Governments Standards of Conduct.
Public Relations. The Contractor's employees shall maintain a cooperative and pleasant attitude when dealing with the public. Any difficult situation arising between the Contractor's personnel and the public shall be reported to the COR immediately.
Identification of Contractor's Employees. The Contractor shall provide the CO with a list of employees who shall perform work before initiating the performance of work. The list shall be updated and provided to the CO, the day that there is a personnel change in the Contractor's employee list. The Contractor's name shall be visible on their work apparel when working in the PXAO. The identification shall be furnished by the Contractor.
Visitors. Visitors shall not be brought into enclosed yards or buildings at any time by the Contractor or the Contractor's employees.
Animals and Pets. Animals or pets shall not be brought into the buildings or grounds at any time by the Contractor or Contractor's employees.
Vehicle Identification. Company vehicles used by the Contractor's personnel on site shall display the company logo to enable Government personnel to identify the Contractor and its employees upon entering and exiting Government facilities.
Hours of Operation: Unless otherwise approved in advance by the CO, COR, or their appointed representative, all work shall be completed on the first Friday of each month between the hours of 7:00 am to 4:30 pm.
Schedule. The Contractor shall provide a schedule of work to be performed which shall be approved by the COR.
Interested parties should provide a description of the following: Experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include contract numbers, project titles, dollar amounts and points of contacts with telephone numbers for similar scope and complexity turnkey projects completed or substantially completed within the last five years. Detail collaboration efforts and role of interested party and collaborating subcontractors. Please do not include more than three past projects.
Interested parties should also include the following information in their response:
- Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. SDVOSB, Small Disadvantaged Business, ED/WOSB, HUBZone and/or 8(a))
- Point of contact including name, title, phone number, and email address
All interested parties are encouraged to respond to this sources sought notice with all requested information via e-mail to jgarcia@usbr.gov no later than 5:00 P.M. ET on Friday, March 28, 2025.
The information provided in this sources sought is the only information the Government has available at this time. Questions concerning the sources sought should be directed to Jennifer Garcia via e-mail at jgarcia@usbr.gov.
System for Award Management (SAM), as required by FAR 4.1102, will apply to any resulting procurement. Prospective contractors must be registered in SAM at the time an offer or quotation is submitted. Lack of registration in the SAM database may make an offeror ineligible for award. Information on SAM registration can be obtained at the following web address: https://www.sam.gov.