FY24 ONE-TIME PR for QPN ATCBI Tree Trimming Service
ID: 697DCK-24-Q-00080Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking a qualified vendor to provide tree trimming services at its Radar Station located within Haleakala National Park in Maui, Hawaii. The primary objective of this procurement is to clear specific trees that pose a risk to radar accuracy, with the contractor responsible for cutting down approximately ten designated trees, managing a damaged tree obstructing road access, and chipping already downed trees. This project is crucial for maintaining the operational integrity of the FAA's radar systems and ensuring safety in the surrounding environment. Interested contractors must submit their bids by September 23, 2024, at 5 PM Hawaii Time, and can direct inquiries to Marshavia Clark at marshavia.clark@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "697DCK-24-Q-00080 - FY24 ONE-TIME PR for QPN ATCBI Tree Trimming Service Questions and Answers" outlines a request for proposals (RFP) related to tree trimming services. This initiative seeks to enhance tree maintenance in designated areas while adhering to regulatory requirements and environmental standards. Key aspects include specific service qualifications, eligibility criteria for bidders, and a detailed timeline for submission and project completion. The RFP emphasizes the importance of safety protocols, efficient methodologies, and the necessity for bidders to demonstrate past performance in similar projects. Also highlighted are requirements for providing a comprehensive proposal that includes pricing and service delivery schedules. The document serves to guide potential contractors in preparing submissions that meet the outlined criteria, ensuring that the selected vendor can adequately address the project’s needs while maintaining compliance with governmental regulations. The focus underscores the government's commitment to maintaining public spaces and enhancing safety through systematic tree management. Overall, the RFP signifies an important procurement effort aimed at securing specialized environmental services to support community infrastructure maintenance.
    This document is an amendment for a federal solicitation related to a one-time purchase request for tree trimming services at the ATCBI site in Hawaii. The amendment modifies the bid submission deadline, extending it from 12:00 PM CT to 1:00 PM HST, while keeping the original due date of August 26, 2024, unchanged. It emphasizes that bidders must acknowledge receipt of this amendment to ensure their offers are considered, detailing accepted methods for acknowledgment. Additionally, it specifies that any changes to submitted offers should reference the solicitation and the amendment, and once acknowledged, all other terms and conditions of the original contract remain intact and effective. This document reflects the procedural aspects of government contracting and the necessity for regulatory compliance in the bidding process.
    This document is an amendment to a solicitation concerning a federal contract for tree trimming services linked to the FAA. Specifically, it outlines modifications to the bid process, extending the deadline for submission to September 3, 2024, at 1 PM HST. The amendment retains all other contractual terms and conditions that were previously established, ensuring the integrity of the original solicitation while enhancing bidders' opportunities. Interested contractors must acknowledge receipt of this amendment to avoid rejection of their offers. The document includes administrative details such as contract identification codes, the issuing office, and specifics on accounting data, aimed at maintaining clarity and procedural compliance in federal procurement processes. Overall, this modification reflects the federal government's commitment to transparency and competitiveness in acquiring necessary services.
    This document is an amendment to a solicitation for a federal contract concerning tree trimming services. The primary purpose of Amendment 0003 is to change the competition status from a small business set-aside to full and open competition. This modification applies to the fiscal year 2024 one-time purchase request for the QPN ATCBI Tree Trimming Service, with quotes due by 5 PM Hawaii Time on September 16, 2024. Contractors must acknowledge receipt of this amendment to ensure their offers are considered; methods of acknowledgment include completing specified items and submitting them by the deadline. While the amendment alters the set-aside status, all other terms and conditions from the original solicitation remain unchanged, underscoring the government's commitment to ensuring fair access to the procurement process. The contracting officer responsible for this modification is Marshavia T. Clark.
    The document is an amendment to an existing solicitation for maintenance services, specifically for a tree trimming service, under contract number 697DCK-24-Q-00080. This amendment, numbered 004, takes effect on August 15, 2024, and it reintroduces the evaluation criteria for bid submissions, stating that awards will be made based on the lowest price. The solicitation indicates that contractors are encouraged to submit their best price in initial offers and that the government may proceed with awards based on these submissions. Additionally, the amendment provides essential site visit information, allowing potential contractors to visit the location for a better understanding of the requirements. Site visits can be scheduled during the week of September 16, 2024. Furthermore, contractors are given an extended submission deadline to September 23, 2024, at 5 PM Hawaii Time. The document emphasizes the importance of acknowledging receipt of the amendment and outlines the consequences of failing to do so. Overall, it serves to clarify the bidding process and ensure transparency among potential bidders while maintaining the integrity and objectives of the project.
    The document is a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for tree trimming services at the FAA Radar Station in Maui, Hawaii, specifically within Haleakala National Park. The RFQ outlines essential details such as the delivery date of September 30, 2024, the request for quotations due by August 26, 2024, and includes a statement that this request is not an order. Contractors are expected to provide all required labor, materials, supervision, and transportation for the one-time tree trimming service, adhering to specified regulations and guidelines. Various contract clauses related to performance, inspections, and payment terms are incorporated by reference. It emphasizes the importance of compliance with relevant federal regulations and mandates a detailed account of any conflicts of interest associated with employees of the FAA. The RFQ includes further stipulations concerning contract administration, payment processes, and requirements for electronic submissions, underlining a commitment to integrity and transparency in the procurement process.
    The Federal Aviation Administration (FAA) is seeking a qualified contractor for tree removal services at its Radar Station in Haleakala National Park, Maui, Hawaii. The project involves cutting down specific trees that pose a risk to radar accuracy due to their height. The contractor is responsible for clearing approximately ten designated trees, managing a damaged tree obstructing road access, and chipping already downed trees within the facility's perimeter. All debris must be disposed of in compliance with regulations. The work site is accessible via a gated road approximately 0.3 miles from the Haleakala National Park entrance. Contractors must adhere to strict safety protocols, not damage existing structures, and coordinate all activities with the FAA. A detailed project start date must be submitted within five days of contract award, with work required to be completed within 21 days during standard daytime hours. Health and safety measures are outlined, mandating the contractor to secure necessary permits and provide adequate protection for personnel. The FAA will inspect the completed work, ensuring adherence to contract specifications. Final payment will be contingent upon successful project completion and compliance with Prompt Payment guidelines. This RFP emphasizes the importance of environmental management, safety, and regulatory compliance in government contracting.
    The document outlines a range of government Requests for Proposals (RFPs) and grants related to federal and state/local initiatives. It details various opportunities for organizations to apply for funding to support diverse projects, including infrastructure improvement, environmental assessments, and community development. The key takeaway is the emphasis on ensuring compliance with regulatory standards and maintaining safety throughout project execution. Potential applicants are informed about eligibility criteria, application processes, and required documentation. The structure includes sections for project descriptions, funding scopes, and guidelines on how to navigate the proposal submission process. Overall, this document serves as a comprehensive resource for stakeholders seeking federal and state funding, highlighting the importance of adherence to safety regulations and the potential positive impact of funded projects on communities and infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Puerto Rico Janitorial & Grounds
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for janitorial and grounds maintenance services at multiple facilities in Puerto Rico, with a contract period from December 1, 2024, to November 30, 2025, plus four option years. The procurement aims to ensure cleanliness and operational readiness across various FAA sites, including the San Juan CERAP and Isla Grande ATCT, which are critical for aviation operations. Interested contractors must participate in a mandatory site visit scheduled for September 17-19, 2024, with pre-registration required by September 13, 2024, and submit proposals by October 2, 2024. For further inquiries, contractors can contact Melinda Davis, Contracting Officer, at Melinda.Davis@faa.gov.
    Groundskeeping at Albuquerque ARTCC
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors to provide groundskeeping services at the Albuquerque Air Route Traffic Control Center (ARTCC) in New Mexico. The contract requires comprehensive maintenance of approximately 10 acres within a 16-acre site, including tasks such as grass cutting, weed removal, tree pruning, and irrigation system upkeep, all while adhering to federal environmental guidelines. This solicitation is part of an 8(a) set-aside program, emphasizing the importance of sustainable practices and compliance with local regulations. Interested contractors must submit their capabilities statement and contact information to Carey Gonzalez at carey.gonzalez@faa.gov by the specified deadline, with an optional site visit available for further insights into the project requirements.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a total small business set-aside, requires maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.
    Fire Alarm System Testing and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm system testing and maintenance services at the Kaena Point Space Force Station in Waianae, Hawaii. The procurement aims to ensure the functionality and compliance of fire protection systems across various buildings, adhering to National Fire Protection Association (NFPA) standards and federal regulations. This initiative is critical for maintaining safety and operational efficiency within military facilities, reflecting the government's commitment to effective emergency preparedness. Interested small businesses must submit their quotes by September 18, 2024, at 4:00 PM HST, and can direct inquiries to TSgt James Meyers at jamesallanpotter.meyers@us.af.mil or Kelli Chinen at kelli.chinen@us.af.mil.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.
    ATTHU & Grounds Maintenance, Removal, Replacement, & Storage
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the maintenance, removal, replacement, and storage of Alternative Transportable Temporary Housing Units (ATTHUs) in Lahaina, Hawaii. This opportunity is a 100% small business set-aside under NAICS Code 561210 and involves a single or multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a base performance period of one year and two optional one-year extensions based on satisfactory performance and funding availability. The contract, valued at a maximum ceiling of $279,512,300, is critical for ensuring the safety and livability of temporary housing units for individuals displaced by the August 2023 wildfires. Interested parties must submit their Phase I proposals by September 20, 2024, and can direct inquiries to the Contracting Officer at fema-dr-4724-hi-maint-deactivation@fema.dhs.gov.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    HI FLAP CR562(1) Kilauea Point
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Central Federal Lands Division, is seeking contractors for the HI FLAP CR562(1) project at Kilauea Point in Hawaii. The project aims to enhance access for pedestrians and bicyclists along Kolo Road and Kilauea Road (Route 562) by installing sidewalks, rehabilitating existing pavement, and constructing safety features such as guardrails and mini-roundabouts. This initiative is crucial for improving visitor access to the Kilauea Point National Wildlife Refuge, which is vital for wildlife conservation and public enjoyment. Interested contractors should note that the project is anticipated to be advertised in October 2024, with an estimated cost range between $10 million and $20 million, and can contact Stephanie Navarro at cflcontracts@dot.gov or Ryan Phillips at cflacquisitions@dot.gov for further information.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Regional Airport's Air Traffic Control Tower Facility in Florida. This project aims to enhance safety and functionality at the facility, which is crucial for maintaining efficient air traffic operations, while adhering to FAA regulations and local building codes. Interested vendors are required to submit a capability statement, along with any necessary certifications, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The project is funded by the FY2023 BIL Project, with a NAICS code of 238990 and a PSC code of Z2BA, indicating a focus on specialty trade contracting.