Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2023 SAM #7835
SOURCES SOUGHT

S -- Building and Grounds Maintenance Services at Crooked Creek Lake, Ford City PA

Notice Date
5/9/2023 1:38:17 PM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
 
ZIP Code
15222-4198
 
Solicitation Number
W911WN23SS3010
 
Response Due
6/8/2023 7:00:00 AM
 
Point of Contact
MICHAEL BOYD, Phone: 4123957114
 
E-Mail Address
michael.w.boyd@usace.army.mil
(michael.w.boyd@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers, Pittsburgh District (""Corps"") has a need for a Requirements Contract for Building and Grounds Maintenance Services at Crooked Creek Lake. The Crooked Creek Lake project is located in Armstrong and Indiana Counties, Pennsylvania, 6.7 miles upstream of Crooked Creek's junction with the Allegheny River at Ford City, PA.� Public-use facilities owned and operated by the Corps at Crooked Creek Lake include a boat launch, 1 campground, several trail systems, Spillway Recreation Area, Tunnelville Beach Area, Crooked Creek Day Use Area, Outflow Recreation Area, several pavilions, wildlife management areas, an outdoor discovery center, and Crooked Creek Lake itself.�� An overview of the services required includes, but is not limited to: �grass mowing, landscaping, janitorial services, solid waste and raw sewage removal, and pesticide application in accordance with procedures established in the Performance Work Statement (PWS).� The PWS will be provided within the Solicitation.� The contractor is required to furnish all necessary management, personnel, materials, supplies, tools, equipment, fuel and vehicles.� This procurement is contemplated to be Set-Aside 100% for Small Businesses. The NAICS Code is 561730, Landscaping Services, and the Small Business Size Standard is $9.5M. The Base Period of Performance is contemplated to be from 01 October 2023 to 30 September 2024, with four (4) one-year option periods if exercised by the government. The total contract term including the exercise of any options, will not exceed 5 years 6 months. A Pre-Quotation Site Visit is planned.� The exact date and time will be provided in the Solicitation. In accordance with FAR 13.106-1(a)(2)(i) Quotes will be evaluated on price, past performance and conformance to the PWS requirements. Any resulting award will be for one firm, fixed-price performance-based Requirements contract made to the responsible* offeror, whose quote represents the best value to the government. [*Responsible means a contractor that meets the standards in FAR 9.104-1 � available at www.acquisition.gov].� The government reserves the right to reject any quote determined to be unrealistically low for successful contract completion and that would not be in the best interest of the government. The contractor must be registered in the System for Award Management (SAM), have an active account and have completed the Representations and Certification sections prior to receiving a contract award. �Initial registration may take a couple weeks. �Registration and instructions are available at www.sam.gov � registration is free.� The solicitation is currently planned to be issued on or around 30 June, 2023 on Sam.gov - https://sam.gov/content/home.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37b7168dbd5f4e6ea702d531f1c96eb9/view)
 
Place of Performance
Address: Ford City, PA 16226, USA
Zip Code: 16226
Country: USA
 
Record
SN06677230-F 20230511/230509230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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