Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2020 SAM #6957
SOLICITATION NOTICE

S -- Buildings and Grounds Maintenance Services, Mahoning Creek Lake

Notice Date
12/14/2020 10:49:48 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
 
ZIP Code
15222-4198
 
Solicitation Number
W911WN21Q3000
 
Response Due
1/25/2021 9:00:00 AM
 
Archive Date
02/09/2021
 
Point of Contact
Leanna Lesefka, Phone: 4123957549, Fax: 4123957110, Janie L. Roney, Phone: 4123957474, Fax: 4123957110
 
E-Mail Address
leanna.c.lesefka@usace.army.mil, janie.l.roney@usace.army.mil
(leanna.c.lesefka@usace.army.mil, janie.l.roney@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), Pittsburgh District, has a need for a Requirements contract for Buildings and Grounds Maintenance Services at Mahoning Creek Lake. Mahoning Creek Lake is located in New Bethlehem, Armstrong County, in southwestern Pennsylvania. �Public-use facilities owned and operated by USACE at this site include the Dam Site Day Use Area including a trail and pavilion, the Fisherman�s Trail, the Outflow Day Use Area including a pavilion, playground, restroom building, and fishing pier, the Area A Day Use Area including a playground and restroom building and Mahoning Creek Lake. �Non-public areas include Administration, Dam and Maintenance Areas. The Contractor shall furnish all necessary management, personnel, materials, supplies, tools, equipment, fuel, and vehicles as required to mow grass, trim and maintain landscaped areas, remove debris, cleaning of offices and restrooms, empty trash receptacles and other services in accordance with procedures established in the Performance Work Statement which will be provided with the solicitation. The NAICS code for this acquisition is 561210, Government Base Facilities Operations Support Services, and the small business size standard is $41,500,000. The proposed period of performance will be a base year from 1 March 2021 - 28 February 2022 with four (4), one (1) year option periods. The government is planning a virtual pre-quote meeting for 4 January 2021 at 0800 to review the requirement; including the solicitation, performance work statement and Service Contract Act. �That meeting will be followed up by an on-site tour of Mahoning on 5 January 2021 at 10:00 AM ET.� In the event of inclement weather such as rain, snow, or other emergencies, the date on the on-site tour will be 7 January 2021 at 10:00 AM ET. Reservations and compliance with COVID 19 protocols, including mask-wearing and social distancing are required.� Contractors are expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. The Request for Quote (RFQ) will be issued as a 100% Small Business Set Aside on or about 23 December 2020 online only at https://beta.SAM.gov under Contract Opportunities. Offerors must have a current and active registration in the System for Award Management (SAM) at the time of quote submission in order to be awarded a contract. Quotes from offerors not registered in SAM will not be considered. The SAM registration process may be accessed at the following link: https://www.sam.gov. Registration is FREE to all vendors.� PLEASE ensure your annual SAM registration is current. If it has expired, or will expire soon, PLEASE START THE RENEWAL PROCESS TODAY if you intend to submit a quote. If you would like to learn about doing business with USACE, please visit https://www.lrp.usace.army.mil/Business-With-Us/ The Association of Procurement Technical Assistance Centers (APTAC) provides assistance to businesses looking for help with Government Contracting.� To locate your local APTAC, please visit https://www.aptac-us.org/ Any resulting award will be for one, firm, fixed-price, performance based indefinite delivery Requirements service contract made to the responsible* offeror whose quote is lowest. [*Responsible means a contractor that meets the standards in FAR 9.104 - available at https://www.acquisition.gov ] .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ce099f53ed6543cc850601d08dfa6868/view)
 
Place of Performance
Address: New Bethlehem, PA 16242, USA
Zip Code: 16242
Country: USA
 
Record
SN05873232-F 20201216/201214230139 (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.