Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
MODIFICATION

S -- Grounds Maintenance Services

Notice Date
2/29/2024 1:21:55 PM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-24-Q-5048
 
Response Due
3/12/2024 11:00:00 AM
 
Archive Date
06/30/2024
 
Point of Contact
Nelia Shyshak, Torrence Trappier, Phone: 6095626486
 
E-Mail Address
nelia.shyshak.civ@army.mil, torrence.trappier.civ@mail.mil
(nelia.shyshak.civ@army.mil, torrence.trappier.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS REQURIEMENT IS SOLICITED AS A SMALL BUSINESS SET ASIDE THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS The Army Contracting Command � New Jersey (ACC-NJ) on behalf of the United States Army Support Activity Fort Dix Headquarters has a requirement to procure a new Grounds Maintenance Services. The scope of this requirement is for the contractor to provice Grounds Maintenance Services at PFC Charles DeGlopper USARC 2393 Colvin Blvd Tonawanda NY 14150. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base year and 4 option years. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov See Federal Acquisition Regulation (FAR) Clause 52.212-1, �Instructions to Offerors � Commercial Services� and FAR 52.212-1, Addendum for additional information. See FAR Clause 52.212-2, �Evaluation � Commercial Services� and FAR 52.212-2, Addendum for additional information and evaluation criteria. A Site Visit is available upon request, all requests shall be submitted via email to the Site Visit POC: Chanel Stasio, 716-275-4317, the Contract Specialist: Nelia.Shyshak at nelia.shyshak.civ@army.mil and the Contracting Officer: Torrence Trappier at torrence.trappier.civ@army.mil, no later than 2:00 PM EST on Monday 4 March, 2024 for a tentative Site Visit date to be scheduled. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All questions regarding this solicitation shall be submitted via Email no later than 10:00 AM EST on Thursday 7 March 2024 to the Contract Specialist: Nelia Shyshak at nelia.shyshak.civ@army.mil and the Contracting Officer:Torrence Trappier at torrence.trappier.civ@army.mil. The questions will be answered all at once and uploaded ton the Contract Opportunities website at https://www.sam.gov posting after the question period has ended. COMPLETING A QUOTE FOR SUBMITTAL Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to Nelia Shyshak at nelia.shyshak.civ@army.mil and Torrence Trappier at torrence.trappier.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.sam.gov. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made wit respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status. The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QQUANTITY will be held to be the intended price. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 �Insurance � Work on a Government Installation� and �Required Insurance�. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection. All services shall be performed in accordance with the Performance Work Statement (PWS). All offers shall remain valid for 120 calendar days. SAM Eunique ID#:__________________________ CAGE(commercial and government entity)code___________________ Federal Tax ID __________________ ****This project is small business set aside under NAICS (UPDATE) with the business size standard of (UPDATE). Multiple proposals will not be accepted. The following are part of this solicitation: Attachment 1 Performance Work Statement Attachment 2 Site Map
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1bfe57e8df634551beb927904db30664/view)
 
Place of Performance
Address: Tonawanda, NY 14150, USA
Zip Code: 14150
Country: USA
 
Record
SN06980954-F 20240302/240229230056 (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.