Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

F -- Herbicide Application Services

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-T-0021
 
Response Due
4/22/2009
 
Archive Date
6/21/2009
 
Point of Contact
Lisa A. Draves, 651-290-5614<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers Saint Paul District intends to award a Firm Fixed Price Purchase Order. This requirement consists of providing services to control and eradicate target vegetative growth, through the application of chemical herbicides, on specified areas at 13 locks and dams, the Fountain City Service Base, Eau Galle Project, Alma Marina, Brownsville placement site and one radio transmission site. The solicitation number is W912ES-09-T-0021 is issued as a Request for Proposals (RFP). This solicitation will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31. This procurement is 100 percent set aside for small business. The North American Industrial Classification Codes (NAICS) is 561730 and the business size standard $7.0 Million. Period of performance: The period of performance is one year with four (4) one year option periods. The base requirement is 05/15/2009 04/30/2010. Option Year 1: 05/01/2010 04/30/2011. Option Year 2: 05/01/2011 04/30/2012. Option Year 3: 05/01/2012 04/30/2013. Option Year 4: 05/01/2013 04/30/2014. Place of performance work areas are located along the Mississippi River within the following states and counties. Minnesota: Counties of Dakota, Goodhue, Hennepin, Wabasha, Winona, Houston, and Grant; Wisconsin: Counties of Pierce, Buffalo, Trempealeau, La Crosse, Vernon, Crawford; and St. Croix; Iowa: Counties of Allamakee and Clayton. This synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil/. Federal Acquisition Regulation (FAR) provisions at 52.212-1, 52.212-2, 52.212-3, 52.219-1 (Alt A); 52.233-2; and 52.252-1 and apply to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) Price (ii) Experience Statement (iii) Past Performance. Technical (Experience Statement) and Past Performance, when combined, are significantly more important than Price. Additional information on evaluation, and guidance on price and past performance are provided under provision 52.212-1 of the solicitation. A completed copy of the provision at 52.212-3 and/or proper ORCA certifications must be submitted with each offer. A completed copy of the provision at FAR 52.219-1 (Alt A) must be submitted with each offer. The following FAR clauses apply to this acquisition: 52.202-1; 52.203-3; 52.203-5; 52.203-6; 52.203-7; 52.204-4; 52.204-7; 52.204-8; 52.212-4; 52.212-5; 52.217-9; 52.219-6; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-22; 52.222-25; 52.223-5; 52.223-11; 52.222-35; 52.222-36; 52.222-37; 52.222-41; 52.222-42; 52.222-43; 52.222-50; 52.223-13, 52.223-14, 52.225-13, 52.232-33; 52.233-3; 52.233-4; 52.237-3; 52.247-34; and 52.252-2. The following Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: 252.203-7000; 252.203-7002; 252.204-7001; 252.204-7003; 252.204-7004; 252.204-7006; 252.209-7004, 252.212-7000, 252.212-7001, 252.223-7006; 252.232-7003; 252.232-7010; 252.243-7001; 252.247-7022; 252.247-7023; and 252.247-7024. Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. No numbered notes apply. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. A copy of the Request for Proposal is attached. Interested sources may contact Lisa Draves by email at lisa.a.draves@usace.army.mil for copies of Attachment A, Maps and Drawings, or the Request for Proposal. Telephonic inquiries will not be honored. Offers are due no later than 22 April 2009 by 3:30 p.m. Central Standard Time. Proposals may be submitted to lisa.a.draves@usace.army.mil, faxed to the Attention of: Lisa Draves at (651) 290-5706, or mailed to U.S. Army Corps of Engineers, St. Paul District, Attn: Lisa Draves, Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17ebbfc4e57d5e491774c8d5726e084b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN<br />
Zip Code: 55101-1638<br />
 
Record
SN01788655-W 20090410/090408220614-17ebbfc4e57d5e491774c8d5726e084b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.