SOLICITATION // Grounds Maintenance Services - Romney, WV (WV038)

expired opportunity(Expired)
From: Federal Government(Federal)
W15QKN-24-Q-5058

Basic Details

started - 29 Apr, 2024 (5 days ago)

Start Date

29 Apr, 2024 (5 days ago)
due - 03 May, 2024 (Yesterday)

Due Date

03 May, 2024 (Yesterday)
Bid Notification

Type

Bid Notification
W15QKN-24-Q-5058

Identifier

W15QKN-24-Q-5058
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)AMC (72715)ACC (75099)ACC-CTRS (32956)ACC-NJ (4386)W6QK ACC-PICA (4376)
[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.

THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET-ASIDETHIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS IAW FAR CLAUSE 52.232-18This requirement is being solicited utilizing the procedures set forth in FAR Part12, Acquisition ofCommercial Items and FAR Part 13, Simplified Acquisition Procedures.1. The purpose of this solicitation is to procure grounds maintenance services in support of the 99th Readiness Division. These services are inclusive of maintaining a healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance and shall be performed at the ROMNEY USARC – 11 Industrial Park Romney, WV 26757.2. The North American Industry Classification System (NAICS) Code that applies to the principal nature of the acquisition is 561730, Landscaping Services, with a corresponding size standard of $9,500,000.00.3. The Government intends to award a single, firm-fixed-price (FFP) Purchase Order. The period of performance for this effort shall be
a 12-month base period and four, 12-month option periods from date of contract award.4. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.SAM.gov.5. See Federal Acquisition Regulations (FAR) clause 52.212-1, "Instruction to Offeror -- Commercial Items" and FAR 52.212-1, Addendum for additional information.6. See FAR clause 52.212-2, “Evaluation -- Commercial Items” and FAR 52.212-2, Addendum for additional information and for evaluation criteria.7. A site visit is highly encouraged and is available upon request. All requests shall be submitted via e-mail to the Site Visit point of contacts; Randy Baker Jr. at Randy.a.baker.civ@army.mil and Shane Fabian at Shane.e.fabian.ctr@army.mil, the Contract Specialist; Sonya Giddings at Sonya.S.Giddings.civ@army.mil and the Contracting Officer; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil, no later than 2:00PM EST on WEDNESDAY, 24 APRIL 2024 for a tentative Site Visit to be scheduled. Offerors are urged and expected to inspect the performance site to become aware of all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award.8. All questions regarding this solicitation shall be submitted via e-mail no later than 2:00PM EST on FRIDAY, APRIL 26, 2024 to the Contract Specialist; Sonya Giddings at Sonya.S.Giddings.civ@army.mil and the Contracting Officer; Jasmyne C. Peterson at Jasmyne.C.Peterson.civ@army.mil. The questions will be answered all at once and uploaded to the Contract Opportunities website at https://www.SAM.gov posting after the question period has closed.9. COMPLETING A QUOTE FOR SUBMITTAL:a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to: Contract Specialist; Sonya Giddings at Sonya.S.Giddings.civ@army.mil and Contracting Officer; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.SAM.gov.b. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation.c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.d. The Offerors shall submit a signed SF1449 (Pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is required to complete blocks 17, 30a, 30b and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.e. The Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code stated at Block 10 of this SF 1449.f. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.g. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR Clause 52.228-5, “Insurance – Work on a Government Installation” and “Required Insurance.h. Offeror shall complete all “fill-ins” in provisions and clauses that apply and include with submission response to this solicitation.i. Failure to provide any applicable information required by this solicitation may result in the Offeror being deemed non-responsive and ineligible for award.10. All services shall be performed in accordance with the Performance Work Statement (PWS). 11. All offers shall remain valid for 120 calendar days. 12. Attachment(s): Attachment 0001 - Site Map - Grounds Maintenance Map (WV038)

Romney ,
 WV  26757  USALocation

Place Of Performance : N/A

Country : United StatesState : West VirginiaCity : Three Churches

Office Address : KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD PICATINNY ARSENAL , NJ 07806-5000 USA

Country : United StatesState : New JerseyCity : Rockaway Township

You may also like

GROUNDS MAINTENANCE SERVICES

Due: 30 Nov, 2024 (in 6 months)Agency: INTERNAL REVENUE SERVICE

LANDSCAPE AND GROUNDS MAINTENANCE SERVICES

Due: 19 Jul, 2025 (in 14 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Landscape & Grounds Maintenance Services - City Parks

Due: 06 May, 2024 (in 1 day)Agency: Procurement

Please Sign In to see more like these.

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

Classification

naicsCode 561730Landscaping Services
pscCode S208Landscaping/Groundskeeping Services