Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

S -- Grounds Maintenance/Snow & Ice Removal - SF 1449 & PWS

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, Colorado, 80526
 
ZIP Code
80526
 
Solicitation Number
AG-82FT-S-10-0018
 
Archive Date
10/27/2010
 
Point of Contact
Margaret S Wright, Phone: 970-498-0000
 
E-Mail Address
mwright@fs.fed.us
(mwright@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Package This is a combined synopsis/solicitation for commercial supply/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. All prospective offers are responsible for monitoring the site for release of amendments (if any) or other information pertaining to this solicitation. Telephone inquiries WILL NOT BE ENTERTAINED. Any and all questions related to this solicitation must be submitted in written format (via e-mail) to mwright@fs.fed.gov. Solicitation packages must be submitted electronically via e-mail to mwright@fs.fed.gov, those which are not in compliance with the attached will be deemed non responsive and will not be evaluated. The Government intends to award a Base + 4 Option Year, contract for Grounds Maintenance/Snow & Ice Removal, Fort Collins, Colorado IAW the Performance Work Statement. All information required to supply a complete package is available within the attached documents. The offer shall fully describe and address the technical approach and the personnel to meet the requirements cited in the Performance Work Statement in Section C. Resumes of key personnel must be included as an attachment. Key personnel are the person(s) who manage the contract for the offeror. Resumes shall address experience and training specific to the requirement cited in Section C. Offerors are advised to submit offers which are clear, complete and accurate as the Government may award solely on the basis of the offer as submitted without requesting further information or opening discussions. Therefore, the offerors initial offer should contain their best terms from a price and technical standpoint. The offer must furnish sufficient information and rationale allowing the Government to evaluate your capabilities to perform all requirements outlined in the PWS. The offer SHALL NOT merely offer to perform the work in accordance with the PWS, but shall outline specific proposed methods for accomplishing the PWS tasks. Simply reiterating the PWS is unacceptable. The Government reserves the right to conduct discussions at any time during the solicitation period. The basis for award will be Lowest Price Technical Acceptable (LPTA; an award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-cost factors. A mandatory site visit will be conducted 09/15/2010 @ 1:00 p.m. Mountain Time. All potential offers MUST attend in order to submit an offer as important information will be provided. The deadline for QUESTIONS is 09/17/2010 @ 12:00 p.m. Mountain Time. Questions will be answered via an amendment to the solicitation. Final offers are required to be submitted via e-mail to mwright@fs.fed.us, 10/12/2010, 12:00 p.m. Mountain Time Prospective contractors must be registered in the Central Contractor Registration (CCR), http://www.ccr.gov, in order to be eligible for award and Online Representations and Certifications Application (ORCA), https://orca.bpn.gov/. Firms responding must indicate the following information: Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUB Zone certified. ******Notice to all Offerors: This is an Unfunded Requirement. Funds are not currently available for this requirement. No award will be made for this requirement until funds are available. ****** Offers MUST be good for 60 calendar days after solicitation due date. All documentation shall become the property of the Government. The Government will not be responsible for any cost incurred in preparation of offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-10-0018/listing.html)
 
Place of Performance
Address: USDA, Rocky Mountain Research Station, Fort Collins, Colorado, 80526, United States
Zip Code: 80526
 
Record
SN02277571-W 20100912/100911001011-474153a0df91368e050af860a68e67b1 (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.