Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
MODIFICATION

S -- Herbicide Application Services - Milford Lake and Melvern Lake, KS

Notice Date
1/27/2015
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-15-R-1015
 
Response Due
2/27/2015
 
Archive Date
3/29/2015
 
Point of Contact
Jonathan Hankin, 816-389-3900
 
E-Mail Address
USACE District, Kansas City
(jonathan.s.hankin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis No. W912DQ-15-R-1015 Herbicide Application Services In Support of Various Lake Projects throughout the Kansas City District The U.S. Army Corps of Engineers, Kansas City District, intends to issue a Request for Proposal for Landscaping Services to support many of the lakes through the Operations Division. The proposed solicitation number is W912DQ-15-R-1015. This RFP will result in approximately two (2) separate Firm-Fixed Price contracts to the offerors providing the best value to the Government. At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. Each lake project is expected to have one base year, and a maximum of four option years. If the price schedule is changed after release of the solicitation, the solicitation will be amended accordingly. The solicitation will be available on or about Friday, January 30, 2015 and proposals will be due on or about Friday, February 27, 2015. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 13 and award will be made to the Best Value offeror, based on Price, Past Performance, Equipment, and Experience. The North American Industry Classification System (NAICS) Code for this project is 561730, with a size standard of $7,500,000. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. THIS SOLICITATION IS BEING ISSUED AS FULL SMALL BUSINESS SET-ASIDE. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. Small Business Concerns are strongly encouraged to compete for this requirement and may wish to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement. The addresses of the participating project offices are as follows: 1. Melvern Lake Project Office, 31051 Melvern Lake Parkway Melvern, Kansas 66510 2. Milford Lake Project Office, 5203 North Highway K-57 Junction City, KS 66441 3. Perry Lake Project Office, 10419 Perry Park Drive, Perry, KS 66073 To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Prior to submitting offers, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. The point-of-contact for questions is Jonathan S. Hankin. Phone: (816)389-3900, email: Jonathan.S.Hankin@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-15-R-1015/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN03626066-W 20150129/150127234740-a68d9dfc674b81cf643e3e7f3439ee61 (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.