Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Landscaping, Grounds Maintenance, Snow Removal

Solicitation Number: TIRNO-13-D-00RFI
Agency: Department of the Treasury
Office: Internal Revenue Service (IRS)
Location: National Office Procurement (OS:A:P)
  • Print
:
TIRNO-13-D-00RFI
:
Sources Sought
:
Added: Feb 14, 2013 7:28 am
This is a sources sought notice. The purpose of this notice is to obtain market research information from all small businesses capable of providing the described services. The Government's determination on how to compete the proposed requirement will be made based on responses to this notice and is at the sole discretion of the Government. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP). Respondents are advised not to include any confidential business information with a response as the Government does not guarantee confidentiality of the information received. The purpose of this request is to gain knowledge of potential qualified companies capable of providing the following Landscaping, Grounds Maintenance and Snow Removal services below. This requirement will provide these services for the IRS Enterprise Computing Center (ECC) campus in Kearneysville/Martinsburg, WV.

The contractors interested in this requirement shall be able to provide grounds maintenance services (complete lawn, grounds, and irrigation system operation & maintenance, and snow removal services):


 All planted areas shall be maintained to present a neat & well-groomed appearance at all times.
 Ensure recycling of all landscaping trimmings from mowing/trimming/edging/ raking/weeding/maintaining flower beds/etc.
 Fertilize all lawn areas including the native grass areas a minimum of four times per growing season (April 1 - Oct 31) with palletized lime, and once at the end of the season with 10-18-18 sulfur coated slow release fertilizer or an accepted environmentally & economically beneficial slow release fertilizer that would serve beneficial to the appropriate soil conditions at that time.
 Be responsible for the complete operation & maintenance of the irrigation systems to successfully water all areas on a scheduled basis. However, hand watering may be necessary in certain flower beds or lawn areas not adequately covered by the irrigation system. All lawn areas and ground covers shall show no signs of excess drying. (Note: This requirement may be temporarily waived if a local water restriction is in effect.)
 Maintain Gullies and Culverts
 Maintain all areas of lawn with a turf-type fescue blend and native grass so that balding doesn't occur.
 Perform pest control. The contractor shall provide copies of State certification/license for each individual applying the pest control methods.
 Schedule, perform, and document preventive maintenance on all campus irrigation systems including, but not limited to, the following components: piping, sprinkler heads, zone valves, electronic control systems, etc.
 Remove snow from the parking spaces/areas and sidewalks following all snow fall of two inches or more and/or when un-secure footing conditions exist on sidewalks, plaza areas, and all other walking surfaces for IRS employees. All accumulations of ice shall be abated immediately as specified below by applications of environmentally & economically beneficial products/agents and other means. Sidewalks and other walking paths shall be clear of snow and ice throughout normal business hours even if snow or ice is continuing to fall during that time period. Snow shall be plowed from parking areas, and sidewalks shall be cleared before prime shift business hours (6 AM - 6 PM) and before each evening shift change so that at least 90% of all parking spaces are available to IRS staff throughout IRS business hours. The contractor shall respond and be on-site by the time the site accumulation has reached 2 inches and shall work continuously until the snow is abated from all areas as specified herein. In addition, the contractor shall respond and have a crew on-site within 1/2 hour after being notified for all other emergency requests such as insecure footing on sidewalks and/or plaza areas. Response time for ice, sleet, and freezing rain shall be on an immediate emergency basis (regardless of the accumulation amount) and the contractor's crew will be on-site in less than 1/2 hour and will immediately begin treating all areas covered by this contract with environmentally & economically beneficial products/agents, and work continuously until treatments have been effective and all safety hazards abated.


The Government may furnish or make available to the contractor, upon start of contract and proof of training to operate, a Steiner 430 MAX tractor with cab, blade, rotary broom and snow blower attachments. The contractor shall maintain, repair, and replace such equipment to ensure that it remains in proper and reliable operating condition. At the close of the contract performance period, the contractor shall return equipment to the Govt. in the same condition as received, except for normal wear and tear.


Utilities for Govt. furnished facilities will be provided from existing outlets at no cost to the contractor. Utilities are limited to electricity and water.


All other equipment will be furnished by the contractor.


RESPONSE REQUIREMENTS: All are hereby invited to submit a Statement of Capability. Statements of Capability must identify two or more contracts in which similar work was conducted (INCLUDING CURRENT POINT OF CONTACT INFORMATION) in which the interested party served as the prime contractor. Statements must specifically address the contractor's ability to perform the work described within this Sources Sought notice. Statements must also include a cover letter that includes the company name, address, telephone numbers, facsimile, e-mail address, and business classification. Responses and questions must be submitted electronically via e-mail or facsimile no later than March 1, 2013.

:
6009 Oxon Hill Road, Suite 500
Oxon Hill, Maryland 20745
:
250 Murall Drive

Kearneysville, West Virginia 25430
United States
:
Daniel K Higgins,
Contract Specialist
Phone: 202-283-6383
Fax: 202-283-1534
:
Lisa Martin,
Contract Specialist
Phone: 202-283-6909