Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2024 SAM #8241
SOLICITATION NOTICE

S -- Grounds Maintenance, Knoxville (TYS) Systems Support Center (SSC), Louisville, TN

Notice Date
6/18/2024 6:57:47 AM
 
Notice Type
Solicitation
 
NAICS
56173 —
 
Contracting Office
FAA SOUTHERN REGION COLLEGE PARK GA 30337 USA
 
ZIP Code
30337
 
Solicitation Number
697DCK-24-R-00270
 
Response Due
7/15/2024 12:00:00 PM
 
Archive Date
07/30/2024
 
Point of Contact
Veronica L. Ransom
 
E-Mail Address
Veronica.L.Ransom@faa.gov
(Veronica.L.Ransom@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Solicitation (SIR) is for Grounds Maintenance Services for the Federal Aviation Administration (FAA) Knoxville (TYS) Systems Support Center in Louisville, TN and locations throughout Eastern Tennessee. Services are to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-24-R-00270. This is a Total Small Business Set Aside.�The principal North American Industry Classification System (NAICS) code applicable to this effort is 561730 � Landscaping Services. The resulting award will be Firm-Fixed Price Contract. A site visit is recommended, however, not required. Arrangements can be made by contacting Scott Venable at Scott.Venable@faa.gov and cc: Veronica.L.Ransom@faa.gov. Please email the names of those attending and the name of the company they are representing. Each company will be limited to two (2) total attendees. Government-issued photo ID is required.�Questions will not be answered during the site visit.�Please document all your questions while at the site visit and submit them to Veronica L. Ransom via email at Veronica.L.Ransom@faa.gov by the date and time as directed below. Questions or comments pertaining to this SIR must be submitted in written form via email to Veronica L. Ransom, Contracting Officer, at Veronica.L.Ransom@faa.gov no later than 3:00 pm Eastern Time on Friday, June 7, 2024. Questions and responses that clarify the SIR may be provided to all Offerors; if so, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be made by 5:00 pm Eastern Time on Monday, June 24, 2024. All inquiries and responses must reference the solicitation number (697DCK-24-R-00270) and be submitted to the following email addresses: Veronica.L.Ransom@faa.gov. SA18 PROPOSAL CONTENT Submission of Offer. An Offeror shall submit an offer which shall include the following. Proposal (Provide 1 copy). NOTE: The contractor�s proposal shall include: [ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and�condition, or detailed summary of all exceptions taken. [ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued, if applicable). [ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST through Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed. [ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed�and a demonstration of Key Personnel that will manage this contract. [ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Section I, AMS Clause 3.4.1-12 Insurance (Oct 2019). [ ] No less than three (3) Past Experience References of similar work (e.g. must be grounds maintenance work of a similar size�and scope to the requirements in the SIR). [ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that shows completion of similar work (e.g. must be grounds maintenance work of a similar size and scope to the requirements in the SIR). [ ] Completed Contractor Staffing Access Questionnaire. SA61 CONSIDERATION OF PRICE - LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) SOURCE SELECTION The offeror must submit pricing information as prescribed in PART I - SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Each offeror is required to provide a price for each contract line item (CLIN). Failure to comply may result in the rejection of the subject offer. A single award will be made. There shall be no split award. In the event that the CLIN price for any line item is materially unbalanced, the entire offer may be rejected without discussion with the offeror. In the event of any disparity between the CLIN price and the total offered price, the CLIN price shall be deemed correct, and the total offered amount shall be revised accordingly, unless available information indicates otherwise. (End of Provision) Contractors must be registered with the System for Award Management (www.sam.gov) with an Active status on the date established for receipt of offers (July 1, 2024). Reference AMS Clause 3.3.1-33, paragraph (d), �if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.� DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH VERONICA L. RANSOM,� CONTRACTING OFFICER, VIA EMAIL (Veronica.L.Ransom@faa.gov).��NO PHONE CALLS WILL BE ACCEPTED. MILESTONES SIR posted � 05/06/24 Questions Due � 06/07/24 by 3:00 pm ET Answers/Amendments Posted By� � 06/24/24 by 5:00 pm ET Proposals Due � 07/15/24 by 3:00 pm ET All submissions must be received no later than 3:00 pm Eastern Time on Monday, July 15, 2024. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted. The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR.� Responses will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fb6bfc7786844069e6f41cf5bd28e39/view)
 
Place of Performance
Address: Louisville, TN, USA
Country: USA
 
Record
SN07100870-F 20240620/240618230114 (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.