Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2016 FBO #5321
MODIFICATION

S -- GROUNDS MAINTENANCE

Notice Date
6/16/2016
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
ATEC10869999
 
Archive Date
8/2/2016
 
Point of Contact
Johnny L Eure II, Phone: 4438614762
 
E-Mail Address
johnny.l.eure.mil@mail.mil
(johnny.l.eure.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Test and Evaluation Command (ATEC), Aberdeen Proving Ground, MD is procuring GROUNDS MAINTENANCE services to be performed at various locations/properties within the Base APG and Edgewood areas. This requirement will be issued as a 100% SMALL BUSINESS SET-ASIDE competition procedures. A solicitation (Request for Proposal (RFP) Number ATEC10869999), and any subsequent amendments, will be available electronically on the Federal Business Opportunity Website at www.fbo.gov on or about 15 June 2016 with a closing date for receipt of proposals on or about 15 July 2016, 4:00 p.m. Eastern Standard Time (EST). It is the potential offeror's responsibility to monitor this avenue for release of any future solicitation or synopsis. (A sources sought notice was posted on June 14, 2016 under Reference Number SS7505) The requirement will be solicited in accordance with FAR Subpart 19.5 Set-Asides for Small Business; and, using the policies contained in FAR Part 12, Acquisition of Commercial Items and FAR Part 15 - Contracting by Negotiations. A Firm-Fixed Price type contract will be awarded for a Base Period, starting 1 August 2016 through 1 August 2017; and, One Option Year, of 12 months each, not to exceed 24 months, if exercised by the Government. The successful contractor shall provide all labor, experienced personnel, equipment, tools, materials, transportation, supervision and management and any other items necessary to perform the services required in order to maintain healthy grass, trees, shrubs, hedges and plants. The services shall be furnished in a manner that provides superior customer service and well-maintained facilities that present a healthy, clean, neat and professional appearance in accordance with all the terms and conditions of the contract. All services provided shall be in strict adherence to all applicable federal, state and/or local laws and regulations and shall be consistent with current industry practices, to include compliance with all applicable Occupational Safety and Health Act (OSHA) regulations. Licenses/Permits: All required licenses and/or permits required for the State of Maryland must be identified with the responses to the solicitation along with any other pertinent information. The applicable North American Industry Classification Standard (NAICS) Code is 561730 (Landscaping Services) with an applicable size standard of $7.5million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http//www.sba.gov/regulations/121/ When the solicitation is issued, contractors will be required to submit: Licenses/Permits required by the State of Maryland, Certificate of Insurance and Past Performance Information. Site Visit Information and Instruction will be provided in the solicitation under FAR Provision 52.237-1 - Site Visit. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. Any correspondence concerning this requirement shall reference (RFP) Number ATEC10869999. If you have questions, contact the Contract Specialist, MSG Johnny L. Eure II via email at johnny.l.eure.mil@mail.mil. No telephone inquiries will be accepted. Please be sure to Read the Entire Solicitation and complete all required documentation when submitting your proposal. The government shall select the source based upon evaluation of the offeror's technical acceptability, satisfactory past performance and price. The government shall choose the lowest priced, responsive offer, with satisfactory performance, and is technically acceptable. All services shall be in strict adherence to all service requirements in accordance with a Performance Work Statement (PWS), as well as applicable local, state and federal regulations, U.S. Army Instructions and shall be consistent with current industry practices. The applicable Department of Labor Wage Determination is No. 2005-2119, Revision No. 18, Date of Revision 12/29/2015; and will be included in the solicitation. Contractors must submit the following documentation along with their proposal: Licenses/Permits required by the State of Maryland; Certificate of Insurance as required by FAR 52.228-5 and Past Performance information in accordance to the requirements set forth by FAR 52.212-1 (b)(10). No paper copies of the solicitation will be distributed. All vendors will be responsible for obtaining the solicitation and any subsequent amendments from the www.fbo.gov website. If you have questions, contact the Contract Specialist, MSG Johnny L. Eure II via email at johnny.l.eure.mil@mail.mil. No telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4f526ea7e28da363f98fa90961ed748)
 
Place of Performance
Address: Various locations on Aberdeen Proving Ground and Edgewood, APG, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04152082-W 20160618/160616234622-e4f526ea7e28da363f98fa90961ed748 (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.