MODIFICATION
S -- Mowing IDIQ Tri-Lakes, Millwood Project Office
- Notice Date
- 2/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-12-B-0013
- Response Due
- 2/13/2012
- Archive Date
- 4/13/2012
- Point of Contact
- Marcus Mitchell, 501-324-5720
- E-Mail Address
-
USACE District, Little Rock
(marcus.d.mitchell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For IDIQ Mowing Tri-Lakes, Millwood Tri-Lakes Project Office This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Also respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a project/procurement to Mowing Services at Dierks Lake, Dequeen Lake, and Gillham Lake for the Millwood Project Office. Proposed project will be a competitive, firm fixed price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, Veteran Owned, and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. Description/Scope of Work: The contractor shall perform mowing services in a satisfactorily and timely manner according to the performance work statement. The Period of Performance is as follows: Base Year - April 1, 2012 or date of award whichever is later through March 31, 2013 Option Year I - April 1, 2013 through March 31, 2014 Option Year II - April 1, 2014 through March 31, 2015 The Government will award an Indefinite Delivery Indefinite Quantity Contract (IDIQ). This contract type provides an estimate of the work required to be performed over the contract period. The actual quantities of services ordered under this contract may be significantly less or possibly more than the contract quantity. The average size of one Task order is $6,425 for DeQueen Lake, $6,770 for Dierks Lake, and $4,155 for Gillham Lake The contract will consists of two (3) schedules and each schedule may be awarded to a different Contractor according to price. Contractor does not have to bid on all schedules, but can bid on each schedule individually. If Contractor is awarded multiple schedules and services for multiple areas are requested, Contractor will be required to perform services concurrently, within specified time periods. There will be a guaranteed minimum for this contract. NAICS Code - 561730 SB Size Standard - $7 Million FSC Code - S208 Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50%of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Experience: Contractor must provide a brief description of similar projects, customer name, timeliness of the performance, and customer satisfaction and dollar value of the project. Minimum of 3 but no more than 5 similar jobs. 4. Firm's small business category and Business Size (Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historical Black Colleges and Minority Institutions (HBCU/MI) include HBCU/MI. 5. Firm's Joint Venture information if applicable - existing Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm CST on February 13, 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Marcus Mitchell, marcus.d.mitchell@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-12-B-0013/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN02669128-W 20120209/120207234951-b95e7e119a8b92c915a8bfac905f4e34 (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 |