Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2018 FBO #5906
SOLICITATION NOTICE

S -- MOWING, JANITORIAL, PARK CLEANING, HERBICIDE APPLICATION SERVICES - W912BV18Q0031

Notice Date
1/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18Q0031
 
Archive Date
3/2/2018
 
Point of Contact
Angelia Guynn, Phone: 9186694978
 
E-Mail Address
angelia.v.guynn@usace.army.mil
(angelia.v.guynn@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-solicitation Notice W912BV-18-Q-0031 1. This is a Combined Synopsis solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and additional notice will not be issued. This Acquisition shall be set aside for Small Business. 2. Solicitation W912BV-18-Q-0031 is being issued as a Request for Proposal (RFQ) for a Firm-Fixed-Price contract for Heyburn Lake PCMC, Tulsa District, Oklahoma. 3. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76. 4. This is a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 562111 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $38,500,000.00. (FSC S205, PROG S10, SIC 4212). 5. Price Schedule - See attachment 6. Description of services: The required services provides for Nesting Survey Interior Least Tern below Denison Dam to Index, AR 7. The contract will consist of a base and four option periods. The period of performance will be as follows: Contract period Start date End Date Base period 1 MAR 18 31 FEB 19 Option year 1 1 MAR 19 31 FEB 20 Option year 2 1 MAR 20 31 FEB 21 Option year 3 1 MAR 21 31 FEB 22 Option year 4 1 MAR 22 31 FEB 23 8. FAR Clauses 52.212-1, 52.212-3 and 52.212-4 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The following addenda apply to these clauses: 52.212-1 - the NAICS code is listed in paragraph # 4 above. 9. FAR Clause 52.212-5 (deviation) applies to this procurement. A completed copy is attached showing the applicable clauses. 10. Offers are due on 15 February 2018 no later than 2:00 PM CST. 11. Bidders Inquiry: Contractual and Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet. Please see attachment for additional Information. 12. Performance Work Statement. Please see attached instruction to Offerors for the PWS. 13. Price Schedule: Please see attached instruction to Offerors for the Price Schedule. 14. The solicitation is issued via Internet only on Feb Biz Opps Website at http://www.fbo.gov. It is the contractors' responsibility to check the above-listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. 16. Quotes will be evaluated as follows: Price evaluation: The government shall review acceptable offers by lowest price. Price Reasonableness and affordability will also be evaluated. Past Performance: The Government will review all CPARS evaluations regardless of project and may contact points of contacts or evaluate any information provided to the Contract Specialist or Contracting Officer to include USACE District Past Performance files. Offerors must demonstrate the following minimum acceptability standards: All past or current performance must have overall ratings of Satisfactory, Acceptable or above. Any derogatory information may be grounds for an Unacceptable rating. Offerors with no past performance information will receive an "Acceptable" rating for this factor. Past experience: The government will evaluate as acceptable/not acceptable at least one project of similar work that has been completed within the past 5 years. Award will be made to the lowest-priced, technically acceptable, responsible offeror, whose quote conforms to the requirement of the solicitation. Responsibility will be determined in accordance with FAR 9.104-1. Location: Chouteau-Newt Graham, Oklahoma 17. Previous contract information: W912BV-16-C-0032 awarded for a total award Capacity of $122,862.55.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18Q0031/listing.html)
 
Place of Performance
Address: HEYBURN LAKE, OKLAHOMA, United States
 
Record
SN04795852-W 20180124/180122230830-d095e11acb90c444c836c9a25a0c1e5c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.