Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2020 SAM #6701
SOLICITATION NOTICE

R -- Interior Least Tern Habitat Maintenance

Notice Date
4/2/2020 10:58:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV-20-Q-0050
 
Response Due
4/7/2020 8:00:00 AM
 
Archive Date
04/22/2020
 
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
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-solicitation Notice W912BV-20-Q-0050 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. SolicitationW912BV-20-Q-0050 is being issued as a Request for Quote (RFQ) for a Firm-Fixed-Price contract for Interior Least Tern Habitat Maintenance. � This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76. This is a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 561730 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $19.5 M. � Price Schedule � See attachment Description of services: The required services provides for Interior Least Tern Habitat Maintenance within the Arkansas River between the City of Taft and R.S. Kerr Reservoir in Oklahoma The contract will consist of a base and four option periods.� 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 https://www.acquisition.go. �The following addenda apply to these clauses: 52.212-1 � the NAICS code is listed in paragraph �above.� FAR Clause 52.212-5 (deviation) applies to this procurement. A completed copy is attached showing the applicable clauses. Offers are due on 07 April 2020 no later than 10:00 AM CST. 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. Performance Work Statement. Please see attached instruction to Offerors for the PWS. Price Schedule:� Please see attached instruction to Offerors for the Price Schedule. The solicitation is issued via Internet only on at https://beta.sam.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. Quotes will be evaluated as follows: Price evaluation: The government shall review acceptable offers y lowest price. Price reasonableness and affordability will also be evaluated. 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. Award will be made to the lowest-priced, responsible offeror, whose quote conforms to the requirement of the solicitation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Location: Taft and R.S. Kerr Reservoir in Oklahoma Previous contract information: W912BV-17-D-0004 awarded to Ely AG Service LLC for a total award of $250,829.00 for the base and four options. This requirement has changed drastically; therefore, the previous award is not reflective of the current scope.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3102728b77a34b0c8d434521a67c98c2/view)
 
Place of Performance
Address: Taft, OK, USA
Country: USA
 
Record
SN05608460-F 20200404/200402230208 (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.