Oregon Bids > Bid Detail

BARE GROUND / WEED CONTROL TREATMENT SERVICES at FAA Facilities within Oregon & Washington State

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159069094247714
Posted Date: Jan 24, 2023
Due Date: Jan 31, 2023
Solicitation No: 697DCK-23-R-00141
Source: https://sam.gov/opp/2b7e79f564...
Follow
BARE GROUND / WEED CONTROL TREATMENT SERVICES at FAA Facilities within Oregon & Washington State
Active
Contract Opportunity
Notice ID
697DCK-23-R-00141
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 24, 2023 03:28 pm EST
  • Original Response Date: Jan 31, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F105 - ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Portland , OR 97218
    USA
Description

The Federal Aviation Administration is conducting a Market Survey to improve the Government's understanding of the current marketplace and to identify capable sources. Interested sources must respond with information to confirm evidence of their qualifications and capabilities.



Responses to this market survey will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)), Small Businesses, or full and open competition. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1.



This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's Market Survey/Request for Information submissions will be solely at the interested vendor's expense.



GENERAL SCOPE OF WORK:

Contractor shall furnish all labor, supervision, supplies, material, tools, equipment, transportation, insurance, and any incidental engineering required to provide bare ground weed control treatment services that include initial treatment plus one (1) follow up inspection and treatment to multiple facilities within Oregon and Washington States. Treatment includes treating areas with a contact herbicide as well as a residual herbicide.



The Contractor shall be licensed by the applicable State agency to provide vegetation control and all work shall be under the superintendence of a certified, responsible individual, and in accordance with Federal, State, local, and activity laws and requirements. The Contractor shall utilize only herbicides registered by the Environmental Protection Agency. Use shall be in strict compliance with label directions for the control of the target weeds. Herbicides selected, application rates, and application techniques shall have the prior approval of the FAA.



TOTAL SQ FT



• WASHINGTON STATE – 3 different sites total of 135,049 ft²



• OREGON STATE – 8 different sites total of 415,250 ft²



The intended NAICS code is 561730 Weed control and fertilizing services (except crop)



RESPONSE TO THIS MARKET SURVEY:

Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA.



Response submittals must include the following information:



a) Name of company, including DBA name

b) Address

c) Phone number

d) Point of contact

e) Email address

f) Business size status: 8(a), Small Business, SDVOSB, EDWOSB, HUBZone, etc.

g) Verification of active registration in the contractor database, System for Award Management (SAM).



Please submit responses to this market survey by 5:00 PM, Eastern Time, on January 31, 2023.

Response submittals, including attachments, must be submitted electronically and received in the email inbox of kay.f-ctr.morello@FAA.gov by the due date and time stated above.



If viewing this announcement from a source other than https://beta.sam.gov/ then using Chrome go to https://sam.gov/for the original.






Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 24, 2023 03:28 pm ESTPresolicitation (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 >