Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2024 SAM #8137
SOURCES SOUGHT

S -- Rend Lake Beach Maintenance and Vegetation Removal

Notice Date
3/6/2024 5:14:10 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
 
ZIP Code
63103-2833
 
Solicitation Number
W912P924Z0010
 
Response Due
3/21/2024 8:00:00 AM
 
Archive Date
04/05/2024
 
Point of Contact
Twila A. Hopkins, Phone: 3143318124
 
E-Mail Address
twila.a.hopkins2@usace.army.mil
(twila.a.hopkins2@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance. PURPOSE: The U.S. Army Corps of Engineers (USACE), St. Louis District, Rend Lake Project is conducting this RFI/Sources Sought in support of Market Research to notify and seek potential qualified/interested members of industry to gain knowledge of interest in providing Beach Maintenance and Vegetation Removal Services on Rend Lake Project Lands. DESCRIPTION OF WORK The Contractor will provide all personnel, supervision, materials, tools, and equipment necessary to perform beach maintenance and vegetation removal at Rend Lake beaches, as identified in the BPA Call. The individual call may include one, two, or all three beaches at Rend Lake, which are South Sandusky, Dale Miller, and North Marcum Beaches. Beach maintenance and vegetation removal includes the removal of litter and debris, removal of vegetation, and tilling and contouring of sand. The contractor must assure that all work is accomplished in accordance with agreement requirements. All work must be performed to the satisfaction of the Contracting Officer (KO) or Contracting Officer�s Representative (COR). Removal of Litter and Debris. The Contractor will remove all litter and debris from the sand areas of the beaches as identified in the Appendix prior to tilling and contouring. The Contractor will place the litter and debris collected in the trash dumpster located at the beach or at a location identified and approved by the COR. Removal of Vegetation. The Contractor will uproot and remove all vegetation from the sand areas of the beaches as identified in the Appendix. The Contractor will use a rototiller, hand removal, or other means as approved by the COR to uproot and remove the vegetation. The use of herbicides will not be approved. The Contractor will place the vegetation in the trash dumpster located at the beach or at a location identified and approved by the COR. Tilling and Contouring of Sand. The contractor will till the sand in the sand areas of the beaches as identified in the Appendix to a depth no less than 3 inches and no more than 6 inches. The contractor will shape and contour the sand to provide a uniform sand depth and smooth surface when complete. The contractor will move sand to assure that there are no voids, mounds, or drop-offs between the sand surface and sidewalks, accessible walkways, lifesaving stations, signage, or any other infrastructure within or adjacent to the sand area. The Contractor will remove any sand deposited on sidewalks, accessible walkways, or other surfaces within or adjacent to the sand area. Infrastructure. The Contractor will avoid damaging or moving buoys, cables, anchors, volleyball nets, posts, lifesaving stations, signage, or other infrastructure located within or adjacent to the work area. The contractor is responsible for replacement, repair, or realignment of damaged or moved infrastructure to the satisfaction of the COR. Work Schedule.� A schedule identifying workdays and hours of operation will be included in each call issued under this Agreement. In general, it is anticipated that Beach maintenance and vegetation removal will be scheduled to be performed on a weekly or every-other-week basis, between 0600 and 1200. Work may be scheduled to be performed on Federal Holidays. The work schedule identified in each call will include the timeframe during which the contractor will be required to perform Beach maintenance and vegetation removal to avoid conflicts with beach users during hours of heavy visitation. Period of Performance. The BPA will be awarded for a 5-year period. The period of performance for each call will be identified in that call. GENERAL INFORMATION: The proposed acquisition will be a Blanket Purchase Agreement (BPA). North American Industrial Classification System (NAICS) Code applicable to this acquisition is 561730 - Landscaping Services Product Service Code (PSC) applicable to this acquisition is S208 - HOUSEKEEPING - LANDSCAPING/GROUNDSKEEPING REQUESTED INFORMATION: Respondents interested in providing a response to this Sources Sought should submit information which clearly describes the following: Only contractors capable of supplying this type of procurement should respond to this survey. 1.� Vendor's name, address, UEI, CAGE, points of contacts with telephone number and email address 2. Business size/classification to include any designations such as Small Business, HUBZone, Woman Owned, Service-Disabled Veteran Owned, 8(a), etc. 3.� If this requirement is advertised, do you anticipate submitting a quote? 4. Capabilities Statement RESPONSES: Submit your response no later than 10 AM Central Time on 21 March 2024 via email to Twila Hopkins at twila.a.hopkins2@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03898c32099745659a9f49bcdc89a401/view)
 
Place of Performance
Address: Benton, IL 62812, USA
Zip Code: 62812
Country: USA
 
Record
SN06988421-F 20240308/240306230053 (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.