Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2024 SAM #8173
SOLICITATION NOTICE

S -- Combined Synopsis/Solicitation for Raystown Lake Aquatic Herbicide Plant Control Services

Notice Date
4/11/2024 12:44:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR-24-Q-0020
 
Response Due
4/22/2024 8:00:00 AM
 
Archive Date
05/22/2024
 
Point of Contact
Lauren Elamenuel, Phone: 4109625137, Nicole Brookes, Phone: 4109622935
 
E-Mail Address
lauren.n.elamenuel@usace.army.mil, nicole.c.brookes@usace.army.mil
(lauren.n.elamenuel@usace.army.mil, nicole.c.brookes@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
U.S. Army Corps of Engineers, Baltimore District���������������������������������������� 11 April 2024 2 Hopkins Plaza Baltimore, MD 21201 Raystown Lake Aquatic Herbicide � Combined Synopsis/Solicitation � W912DR24Q0020 This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�subpart� 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only�solicitation; quotes are being requested and a written�solicitation�will be attached. The redacted Justification and Approval (J&A) for Other Than Full and Open Competition dated 09 April 2024 will also be attached. Solicitation�number, W912DR24Q0020, is being issued as a request for quotation (RFQ). The�solicitation�document and incorporated provisions and clauses are those in effect through Federal�Acquisition�Circular 2024-03. This acquisition will be a 100% small business set-aside under NAICS code 561730 ($9.5M small business annual revenues), and Product Service Code S208. The contractor shall provide all management, supervision, labor, boats, transportation, equipment, supplies, materials, and quality control necessary to apply herbicidal materials to targeted aquatic vegetation at the Raystown Lake Project. Please see list below: 1�� �Snyder's Run Boat Launch (1.9 Acres)�� �Sonar One�� �66 lb�� �Job 2�� �USACE Boat Dock (0.5 Acres)�� �Sonar One�� �24 lb�� �Job 3�� �Seven Points Boat Launch (1.9 Acres)�� �Sonar One�� �66 lb�� �Job 4�� �Oak Peninsula (1.9 Acres)�� �Sonar One�� �66 lb�� �Job 5�� �Point Inlet (3 Acres)�� �Sonar One�� �88 lb�� �Job 6�� �Raystown Resort (10.8 Acres)�� �Sonar One�� �280 lb�� �Job 7�� �Gate 35 (4.7 Acres)�� �Sonar One�� �137 lb�� �Job 8�� �Weaver Falls Boat Launch (0.8 Acres)�� �Sonar One�� �36 lb�� �Job 9�� �Juniata College Field Station (4.6 Acres)�� �Sonar One�� �112 lb�� �Job 10�� �James Creek Boat Launch (4.8 Acres)�� �Sonar One�� �124 lb�� �Job 11�� �Aitch (20.3 Acres)�� �Sonar One�� �658 lb�� �Job 12�� �Raystown Dam (8.2 Acres)�� �Harpoon Granular�� �820 lb�� �Job 13�� �Raystown Dam (8.2 Acres)�� �Aquathol Super K�� �1,083 lb�� �Job The period of performance (POP) will begin on or about 10 May 2024 and end on 30 September 2024 (delivery and acceptance will occur at the place of performance, Raystown Lake, in Huntingdon County, Pennsylvania (FOB: Destination). FAR provision 52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, �applies to this�acquisition. FAR provision�52.212-2, Evaluation-Commercial Products�and�Commercial Services, has been included and the specific evaluation criteria to be included are as follows: Technical Past Performance Price The Offeror�s price will be evaluated to determine price reasonableness; no rating will be given. Award will be made for the lowest-price, technically acceptable offer. Please be sure to fill out FAR provision 52.212-3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services, located in Section K of the attached SF1449. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this�acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this�acquisition. The following additional FAR clauses have been incorporated by reference in this clause and are applicable to the�acquisition: FAR 52.203-19, FAR 52.204-23, FAR 52.204-25, FAR 52.209-10, and FAR 52.233-4. This acquisition will be procured using a Fixed-Firm Price contract and is not applicable to the Defense Priorities and Allocations System (DPAS). Request for Information (RFI) Questions concerning this solicitation must be submitted by email no later than 17 April 2024 at 11:00 a.m. EST to contract specialist, Lauren Elamenuel at lauren.n.elamenuel@usace.army.mil. This will allow responses to be posted prior to solicitation closing. A pre-bid tour will be coordinated with the contract specilaist and shall be set for 10:00 am, on 16 April 2024 at the Raystown Lake Visitor Center. See attached Performance Work Statement for Point of Contact information. Offerors are asked to respond to this RFQ by filling out the bid schedule located in Section B of the attached SF1449 and submitting to Contract Specialist, Lauren Elamenuel, at lauren.n.elamenuel@usace.army.mil and Contract Officer, Nicole C. Brookes, at nicole.c.brookes@usace.army.mil no later than 11:00 A.M. on 22 April 2024. If there are any questions regarding this RFQ, please contact Lauren Elamenuel at (410) 962-5137.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a420a6e2e1b6441d8d88788d41fb855d/view)
 
Place of Performance
Address: Hesston, PA 16647, USA
Zip Code: 16647
Country: USA
 
Record
SN07027354-F 20240413/240411230043 (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.