SOLICITATION NOTICE
G -- Provide Fee Collection Services at Lake Greeson in the state of Arkansas
- Notice Date
- 4/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721211
— RV (Recreational Vehicle) Parks and Campgrounds
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-12-T-0010
- Response Due
- 4/20/2012
- Archive Date
- 6/19/2012
- Point of Contact
- Kelly Hynum, 601-631-5379
- E-Mail Address
-
USACE District, Vicksburg
(kelly.a.hynum@usace.army.mil)
- 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. Solicitation Number W912EE-12-T-0010 is being issued as a Request for Quotation (RFQ) with the intent to award using simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This procurement is set aside 100% for small businesses under NAICS code 721211 with a size standard of $7.0 million. SPECIFICATIONS. The USACE, Vicksburg District, has a requirement to furnish all labor, supplies transportation, fuel, and tools necessary to provide visitor registration, accept campsite and/or picnic shelter reservations, collect user fees for day use and camping, sale Golden Age and annual passports, and clean the fee booth at the recreation areas at DeGray Lake in Arkansas. See the complete scope of work contained in the attachment at the Additional Documentation link located in the Additional Info section below. SERVICES/PRICES SHEET (QUOTE SHEET). This requirement may be quoted using the Services and Prices Sheet (Quote Sheet) contained in the attachment at the Additional Documentation link located in the Additional Info section below. Also complete the General Information Form contained in the attachment. CLAUSES: The full text of all FAR provisions and clauses that are applicable to this requirement are contained in the attachment at the Additional Documentation link located in the Additional Info section below. EVALUATION AND SELECTION PROCEDURES: See Contract Clause 52.212-1, Instructions to Offerors-Commercial Items. In Accordance with 52.212-1(g), the Government intends to evaluate quotes and award one firm-fixed price contract without discussions; however, the Government reserves the right to conduct discussions if the Contracting Officer deems necessary. All quotes submitted will be evaluated for technical capability. Information or data which is incorporated by reference or otherwise referred to may not be considered. The award will be made to the contractor whose quote is the lowest priced of those determined to meet at least the minimum requirements for capability to perform. Capability to perform is defined as meeting the minimum requirements in Experience and Past Performance as listed below. Significant factors that will affect contract award: 1. Experience - In order to be determined to be technically acceptable, the offeror must demonstrate that it possesses experience of a similar nature such that the Government can make an affirmative determination that the offeror has sufficient experience to be able to perform the required services satisfactorily. 2. Past Performance - In order to be determined to be acceptable, the offeror must demonstrate that its firm has had acceptable performance on requirements of a similar nature. The lack of past performance information will not be evaluated favorably or unfavorably for this factor provided that the prospective contractor certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. Prospective contractors must include with their quote all information required by the Evaluation and Selection Procedures above. TECHNICAL INQUIRIES AND QUESTIONS. All technical inquiries and questions relating to W912EE-12-T-0010 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click on continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-12-T-0010 The Bidder Inquiry Key is: OGCPFX-I2QTGV Bidders are encouraged to submit questions at least 2 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For Help with the ProjNet System; the call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Offerors should check the FedBizOpps Web Page often for changes (AMENDMENTS) to this solicitation. Quotes are due 20 April 2012 not later than 2:00 p.m. CST at the USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39183-3435, Attn.: Kelly Hynum, CT-S. For information concerning this solicitation contact Kelly Hynum at Kelly.A.Hynum@usace.army.mil or (601) 631-5379.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-T-0010/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02719236-W 20120413/120411234907-4849bc17cf50444a5a2cda233ed8821b (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 |