Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

S -- Operational and Maintenance Contract for Dale Hollow Lake and Dam Recreational Areas. Base and Four (4) Option Periods

Notice Date
7/18/2008
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Nashville, USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P508R0019
 
Response Due
9/3/2008
 
Archive Date
11/2/2008
 
Point of Contact
James Choate, 615-736-7946
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Restrictions: This is a combined synopsis/solicitation for Program Management/Support Services-Commercial Items 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 not be issued. Solicitation Number W91248-08-R-0019 is issued as a Request for Proposal (RFP). Evaluation Factors are listed in Section M of the Technical Provisions. A separate pricing sheet and Technical Provisions document is attached. The combined Synopsis/Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06, dated 08 June 05. NAICS is 561210; business size is $32.5M; acquisition is 100% set-aside for Service Disabled Veteran Owned Small Business. Joint Ventures and Partnering Agreements are acceptable. A Joint Venture or Partnering must be properly registered in CCR prior to award, and must supply a copy of the Joint Venture or Partnering agreement prior to award. Bonding requirements must be executed by a authorized party from both firms. Two files will be attached to the soliciatation package, 1 Technical file, 1 Pricing sheet. Four copies of the proposal are required in the submission. One copy shall contain the pricing proposal. Description of Items Requested: Various types of grounds maintenance (mowing, trimming, pruning, etc), facility cleaning services, minor construction, boundary marking, trash removal, debris removal, water sampling, (see attached bid sheet and attached Technical Specifications for complete details). Offers are due at the submitting address not later than 3 September 2008 10:00 AM CT. All responsible concerns that are classified as a Service Disabled Veteran Owned Small Business Concern may submit a proposal that will be considered by this agency. It is contemplated that Period of Performance will be one 12-Month Base Period (starting on 1 January 2009) and Four (4) 12- Month Option Periods. The complete Statement of Work and associated Technical Specification documents are attached. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors Commercial (Jan 2005); 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2006) the following apply under this clause, 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-27 Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-4, Contract Work Hours and Safety Standards Act-Overtime Compensation; 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2006); 52.225-13, Restrictions on Certain Foreign Purchases (Feb. 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2006) (DEVIATION); 52.216-2, Economic Price Adjustment-Standard Supplies, 52.216-3 Economic Price Adjustment-Semistandard Supplies 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005); 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract; 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005); 52.237-1, Site Visit, A completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items and 252.212-7000, Offeror Representation and Certification Commercial Items (Nov 1995) shall be submitted with the quotation. One award will be made on a Best Value to the Government Basis. Evaluation of Proposals will be based on the following criteria; Company Experience, Past Performance, Personnel, Operations Plan, Quality Control, and Price. Facsimile quotations are not acceptable. Mailing address is: U. S. Army Corps of Engineers, 110 9th Ave South, Room A604, Nashville Tennessee 37203, Attn: Eric Choate. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. A site visit is scheduled for 6 August 2008 at 9:00 A. M. CST, at the Dale Hollow Power House Location. Firms must email Eric Choate to register for the site visit. Firms may not register after 5 August 2008 at 10:00 A. M. CST. Any questions concerning this acquisition can be directed to Eric Choate (615)-736-7946, in writing or by email. No questions will be accepted after 22 August 2008 at 10:00 A.M CST. james.e.choate@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a24cefd600d3821da9485e92e5b477b5&tab=core&_cview=1)
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
 
Record
SN01617823-W 20080720/080718221336-a24cefd600d3821da9485e92e5b477b5 (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  © 1994-2020, Loren Data Corp.