Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2024 SAM #8366
SOLICITATION NOTICE

H -- Fertilization & Weed Control

Notice Date
10/21/2024 7:39:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
CG ACADEMY(00039) GROTON CT 06340 USA
 
ZIP Code
06340
 
Solicitation Number
60100PR240000001
 
Response Due
11/4/2024 9:00:00 AM
 
Archive Date
11/19/2024
 
Point of Contact
Katherine Discenza, PO1, Michael Edwards
 
E-Mail Address
katherine.M.Discenza@uscg.mil, michael.d.edwards@uscg.mil
(katherine.M.Discenza@uscg.mil, michael.d.edwards@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, FAR Part 17.2 Options, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued.� 2. The Solicitation 60100PR250000001 is issued as a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. This Combined Synopsis/Solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at https://www.sam.gov/SAM/. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 Revision Date 09/30/2024. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/browse/index/far. 4. This procurement is a 100% Total Small Business Set-Aside and the associated North American Industry Classification System (NAICS) Code is 561730-Landscaping Services, with Size Standard is $9.5M. Product Service Code: H999 - Other Qc/test/inspect- Miscellaneous. 5. Place of Performance: USCG Academy 15 Mohegan Avenue New London, CT 06320 (F.O.B. Destination) 6. Description Of Service:� -Contractor shall abide by the conditions and perform the functions listed in the Perforamnce Work Statement (PWS).� -The Contractor shall perform lawn care/weed control treatments based on 22 acres of grassy areas and additional service to 11 acres of high priority areas as detailed in Technical Exhibit 01 and as follows: a. Early April application with fertilizer, broad leaf weed control, and pre-emergent crabgrass control. b. HIGH Priority areas: Early May application with fertilizer, broad leaf weed control, and fungicide. c. Mid-June application with fertilizer, broad leaf weed control, post-emergent weed control and grub control. d. HIGH Priority areas: Late July application with fertilizer, broad leaf weed control, and fungicide. e. Early September application with fertilizer and broad leaf weed control, soil samples. f. HIGH Priority areas: Mid-October application with fertilizer, broad leaf weed control. g. November lime application 6.1. Section 2.1.5 Manufacturer�s Product Sheets and Safety Data Sheets (SDS). The Contractor shall provide a copy of the manufacturer�s product sheets (specification, and recommended application directions) and the Safety Data Sheets (SDS) for all fertilizers, herbicides, insecticides, and lime associated with this Performance Work Statement. These documents shall be provided with the Contractor�s response to the Government�s Request for Quotation and annually thereafter on 1 March. Before any new products are applied, the Contractor shall furnish copies of the manufacture�s application directions and the SDS at least 7 calendar days prior to application. *Attachments are:�PWS, Lawn Care CLINs, TE 01 Map of the Campus, Provisions & Clauses & SCA 2015-4111 Rev 28. 7. Service Contract Act Wage Determination No. WD 15-4111 (Rev.-28) The contractor shall identify the Wage Category in their offer. To review most recent DOL for the Sercive Contract Act (SCA); it is located on www.sam.gov/SAM home page under Wager determinations. 8. All quotes shall include tasks listed per PWS and format CLINs per TE 1 referenced. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit the quote as an electronic attachment clearly identified as described below within this header of this notice. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. 9.�Site visit time & date stamp must be present on the quote and site visit will be required�for this contract Base +4.� 9.1. Scheduling a Site Visit:�POC for scheduling a site visit as the Site visit is REQUIRED, please contact Jason Askew @ Jason.m.askew@uscg.mil� 10. Period of Performance: Base Period January 1, 2025 through December 31, 2025 Option Period One January 1, 2026 through December 31, 2026 Option Period Two January 1, 2027 through December 31, 2027 Option Period Three January 1, 2028 through December 31, 2028 Option Period Four January 1, 2029 through December 31, 2029 11.�LPTA Award Criteria - The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements proposing a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award. -Yearly costs need to be projected EX: BASE $xxxxx, Option 1 $xxxxx e.g.. 12. The Awarded contract will be issued as a Firm Fixed Price contract.� 13.The Government reserves the right to cancel this solicitation at any time.� *Modification 1 -� for Addenda attachment applying Provision�52.217-5�Evaluation of Options as referenced in sentence 1 of this Decription ""FAR 17.2� Options""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be27decdd8d949eda20d8eff155d9b9c/view)
 
Place of Performance
Address: New London, CT 06320, USA
Zip Code: 06320
Country: USA
 
Record
SN07245042-F 20241023/241021230103 (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.