Combined Synopsis/Solicitation for Raystown Lake Aquatic Herbicide Plant Control Services

expired opportunity(Expired)
From: Federal Government(Federal)
W912DR-24-Q-0020

Basic Details

started - 11 Apr, 2024 (17 days ago)

Start Date

11 Apr, 2024 (17 days ago)
due - 22 Apr, 2024 (7 days ago)

Due Date

22 Apr, 2024 (7 days ago)
Bid Notification

Type

Bid Notification
W912DR-24-Q-0020

Identifier

W912DR-24-Q-0020
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709065)DEPT OF THE ARMY (133116)USACE (38131)NAD (5841)W2SD ENDIST BALTIMORE (1366)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

U.S. Army Corps of Engineers, Baltimore District 11 April 20242 Hopkins PlazaBaltimore, MD 21201Raystown Lake Aquatic Herbicide – Combined Synopsis/Solicitation – W912DR24Q0020This is a combined synopsis/solicitation for commercial products or commercial services 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; quotes are being requested and a written solicitation will be attached.The redacted Justification and Approval (J&A) for Other Than Full and Open Competition dated 09 April 2024 will also be attached.Solicitation number, W912DR24Q0020, is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This acquisition will be a 100% small business set-aside under NAICS code 561730 ($9.5M small business annual revenues), and Product
Service Code S208.The contractor shall provide all management, supervision, labor, boats, transportation, equipment, supplies, materials, and quality control necessary to apply herbicidal materials to targeted aquatic vegetation at the Raystown Lake Project. Please see list below:1 Snyder's Run Boat Launch (1.9 Acres) Sonar One 66 lb Job2 USACE Boat Dock (0.5 Acres) Sonar One 24 lb Job3 Seven Points Boat Launch (1.9 Acres) Sonar One 66 lb Job4 Oak Peninsula (1.9 Acres) Sonar One 66 lb Job5 Point Inlet (3 Acres) Sonar One 88 lb Job6 Raystown Resort (10.8 Acres) Sonar One 280 lb Job7 Gate 35 (4.7 Acres) Sonar One 137 lb Job8 Weaver Falls Boat Launch (0.8 Acres) Sonar One 36 lb Job9 Juniata College Field Station (4.6 Acres) Sonar One 112 lb Job10 James Creek Boat Launch (4.8 Acres) Sonar One 124 lb Job11 Aitch (20.3 Acres) Sonar One 658 lb Job12 Raystown Dam (8.2 Acres) Harpoon Granular 820 lb Job13 Raystown Dam (8.2 Acres) Aquathol Super K 1,083 lb JobThe period of performance (POP) will begin on or about 10 May 2024 and end on 30 September 2024 (delivery and acceptance will occur at the place of performance, Raystown Lake, in Huntingdon County, Pennsylvania (FOB: Destination).FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, has been included and the specific evaluation criteria to be included are as follows:TechnicalPast PerformancePriceThe Offeror’s price will be evaluated to determine price reasonableness; no rating will be given. Award will be made for the lowest-price, technically acceptable offer.Please be sure to fill out FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, located in Section K of the attached SF1449.FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses have been incorporated by reference in this clause and are applicable to the acquisition:FAR 52.203-19, FAR 52.204-23, FAR 52.204-25, FAR 52.209-10, and FAR 52.233-4.This acquisition will be procured using a Fixed-Firm Price contract and is not applicable to the Defense Priorities and Allocations System (DPAS).Request for Information (RFI) Questions concerning this solicitation must be submitted by email no later than 17 April 2024 at 11:00 a.m. EST to contract specialist, Lauren Elamenuel at lauren.n.elamenuel@usace.army.mil. This will allow responses to be posted prior to solicitation closing. A pre-bid tour will be coordinated with the contract specilaist and shall be set for 10:00 am, on 16 April 2024 at the Raystown Lake Visitor Center. See attached Performance Work Statement for Point of Contact information.Offerors are asked to respond to this RFQ by filling out the bid schedule located in Section B of the attached SF1449 and submitting to Contract Specialist, Lauren Elamenuel, at lauren.n.elamenuel@usace.army.mil and Contract Officer, Nicole C. Brookes, at nicole.c.brookes@usace.army.mil no later than 11:00 A.M. on 22 April 2024. If there are any questions regarding this RFQ, please contact Lauren Elamenuel at (410) 962-5137.

Hesston ,
 PA  16647  USALocation

Place Of Performance : N/A

Country : United StatesState : PennsylvaniaCity : Hesston

Office Address : RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA BALTIMORE , MD 21201-2526 USA

Country : United StatesState : MarylandCity : Baltimore

Classification

naicsCode 561730Landscaping Services
pscCode S208Landscaping/Groundskeeping Services