Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2020 SAM #6659
SOLICITATION NOTICE

S -- J. Edward Roush M&M IDIQ

Notice Date
2/20/2020 7:38:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20Q0021
 
Response Due
3/13/2020 7:00:00 AM
 
Archive Date
07/31/2020
 
Point of Contact
Trisha L Oakes, Phone: 5023156256
 
E-Mail Address
trisha.oakes@usace.army.mil
(trisha.oakes@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SPECIAL INSTRUCTIONS This Request for Quote (RFQ) is for an Indefinite Delivery Indefinite Quantity Contract to provide mowing, maintenance, herbicide application and cleaning services for J. Edward Roush Lake in Huntington, Indiana. The Contractor shall furnish all necessary management, personnel, materials, supplies, tools, equipment, fuel, and vehicles required to perform mowing and maintenance services at Roush Lake project recreation areas as specified and in strict accordance with the Performance Work Statement (PWS), attached specifications and attached Wage Determination. The Base Year will be from date of award through 31 December 2020. The Contractor�s services and responsibility shall include all planning, programming, administration, management, supervision, communications, and inspection necessary to assure that all services are conducted in accordance with the contract requirements and all applicable Federal, state and local laws and regulations Note: This solicitation contains an option clause to extend the awarded contract for up to two (2) additional one-year periods.� The one-year option periods are as follows: ������������������������������� Option Year 1: 01 January 2021 through 31 December 2021 ������������������������������� Option Year 2: 01 January 2022 through 31 December 2022 Location: J. Edward Roush Lake 735 N. Warren Road Huntington, Indiana 46750-9202 Phone: 260.356.8648 Fax: 260.356.7433 Technical Point of Contact (TPOC): Anthony Schoenecker, Manager Anthony.H.Schoenecker@usace.army.mil One award will be made from this RFQ.� The contract type is a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ).� The minimum guarantee for the Base Year is $5,066.28 in services.� There is no guaranteed minimum for the option periods, if exercised. This procurement is 100% set-aside for Small Business, NAICS 561730 ($8 million). Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account specified by the Contractor. Note: The basis of award is the Best Value Trade-Off process.� Factors to be considered are Past Performance and Price.� In addition to the completed price breakout schedule/proposal, the Offeror must complete and submit the Representations and Certifications located within the solicitation. SITE VISITS HIGHLY ENCOURAGED. The scope of work contains the measurements and location of this project for reference. It is highly recommended each offeror attends a site visit. The contractor assumes responsibility for all quantities, materials, critical dimensions, and site conditions used to calculate their quote and perform the requested work. All contractors may call the Technical Point of Contact (TPOC) for an appointment. The TPOC�s contact information is as follows: Anthony Schoenecker, Manager Phone: 260.356.8648 Anthony.H.Schoenecker@usace.army.mil Proposals are due 13 March 2020 at 1100AM Eastern Time.� Faxed, telephoned, or mailed submittals will not be accepted. �Electronic submittals will be accepted and may be emailed to trisha.oakes@usace.army.mil. Note: Page numbering in this document may not be accurate. All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/496da3d196a540cda4406f3296f6f8a9/view)
 
Place of Performance
Address: Huntington, IN 46750, USA
Zip Code: 46750
Country: USA
 
Record
SN05566818-F 20200222/200220230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.