Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2010 FBO #3289
SOLICITATION NOTICE

99 -- Grounds Maintenance Services at Lake Sonoma, CA - Package #1

Notice Date
11/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-11-R-0002
 
Point of Contact
Fan-Wa Wong, Phone: 4155036949
 
E-Mail Address
FanWa.Wong@usace.army.mil
(FanWa.Wong@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Maps Solicitation Package and Pricing Schedule This acquisition is proceeding as a Competitive SMALL BUSINESS SET ASIDE, Request for Proposal (RFP). This procurement will be conducted under NAICS Code: 561730. The size standard for this code is $7,000,000. All questions should be directed to the Contracting Specialist, Ms. Fan-Wa Wong, at (415) 503-6949, FAX: No.: (415) 503-6694, e-mail fanwa.wong @usace.army.mil Estimated Price Range for Base Yr: $150,000 to $275,0000 Estimated Price Range (Base Year plus 4 Option Years) is $1MM to 1.5MM JOB DESCRIPTION: •1.1 SCOPE: The services solicited under this Request for Proposal is to perform mowing, weed-control, pruning and irrigation services at various recreational areas at Lake Sonoma, a lake operated by the US Army Corps of Engineers, SF District. Lake Sonoma is located in Sonoma County, California, approximately eleven miles west of Healdsburg, California. This work includes providing personnel, equipment, vehicles, vessels, materials, supplies, supervision, and quality control necessary to perform various service activities around the lake. The contractor's work and responsibility shall include, but is not limited to, all job planning, programming, scheduling, administration, inspection, and management necessary to accomplish the required specified services Should you have any specific questions regarding any aspects of the job description/ scope of work, feel free to contact: Ms. Nicole Davidson @ 707-431-4525 •1.2 PERIOD OF PERFORMANCE - Base year is effective from Date of Contract Award (estimated to begin around January 3, 2011) to 30 September 2011, option year one 01 October 2011 - 30 September 2012, option year two 01 October 2012- 30 September 2013, option year three 01 October 2013- 30 September 2014, option year four 01 October 2014- 30 September 2015. Option years are not guaranteed and will be exercised at the discretion of the Government. •1.3 SITE VISIT The One and ONLY Pre-Organized Site Visit Date: December 14, 2010 @ 10:00am PST Participants will meet at Lake Sonoma Headquarter 3333 Skaggs Springs Road Geyserville, CA 95441 Nicole Davidson tel: 707-431-4525 •1.4 Evaluation Criteria and Contractor Selection : Basis for Selection: An award shall be issued to the contractor(s) who offers the best value to the Government, based on a combined assessment of the offeror's technical capabilities and proposed price. 1.) Relevant Experience : Contractor shall demonstrate ability to perform grounds maintenance services within the past 3 years or the equivalent. Please provide 3 current or previous projects of similar scope to the project proposed in this solicitation. 2.) Past Performance: will be determined through reference checks from the 3 contracts to be provided. Bidders shall provide a list of customer's names/ point of contracts and telephone number for the 3 projects used to demonstrate relevant experience. 3.) Price - Once relevant experience/ technical capabilities is positively determined, award will go to the lowest priced offer/quote. •1.5 Submittal •1.) The 1 st 19 Pages of the Solicitation Package AND Representations and Certifications (FAR 52.212-3) as found on page. 24 of the Solicitation package. Online reps and certifications via ORCA will be accepted in lieu of the one-time cert for this project. •2.) Provide three current or previous contracts of comparable size and scope ( the more recent, the better) •3.) Provide References for the 3 projects stated above ( Name, Title and Telephone Number) Completed Offers must be received by the US Army Corps of Engineers, SF District by no later than 11:00am PST on December 22, 2010 via E-MAIL or the US Mail to be addressed to: Ms. Fan-Wa Wong Contracting Division San Francisco District US Army Corps of Engineers 1455 Market Street San Francisco, CA 94103-1398 tel: 415-503-6949 e-mail: fanwa.wong@usace.army.mil. BIDDERS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the IFB is issued. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the IFB documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY through FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link, Vendor User Guide. The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prim/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-11-R-0002/listing.html)
 
Place of Performance
Address: 3333 Skaggs Springs Road, Geyserville, California, 95441, United States
Zip Code: 95441
 
Record
SN02333485-W 20101126/101124234130-d6e5dacf6982b5e9bee31f0743d6ec5d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.