Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2025 SAM #8560
SOURCES SOUGHT

S -- Tree Removal

Notice Date
5/2/2025 8:15:54 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W6QM MICC-FT JACKSON COLUMBIA SC 29207-5490 USA
 
ZIP Code
29207-5490
 
Solicitation Number
PANMCC-25-P-0000012329
 
Response Due
5/16/2025 7:00:00 AM
 
Archive Date
05/17/2025
 
Point of Contact
Tesia Polk, Phone: 8037517705
 
E-Mail Address
tesia.l.polk.civ@army.mil
(tesia.l.polk.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*** THIS IS A SOURCES SOUGHT NOTICE ONLY *** The U.S. Government desires to procure services to provide tree removal services post wide located on Fort Jackson, SC. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform all work in connection with the cutting, trimming/pruning, and removal of tress on Fort Jackson. The period of performance for this will be one (1) base year and four (4) option years. The Government wishes to do a small business set-aside, provided two (2) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set-aside this requirement if two (2) or more small businesses do not respond with information to support the setaside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes. It does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB, or RFP in the future. This notice does not commit the U.S. Government to a contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are 561730- Landscaping Services. The small business size standard is $9.5M. A continuing need is anticipated for elevator maintenance to address routine and after hour/emergency repair support. This service is currently being performed under W9124C-21-D-0003. In response to this sources sought, please provide the following: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as HUBZone, SDVOSB, and WOSB and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures, or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. This information shall meet the following requirements: provide a summary of the most relevant (multiple trade, multiple projects) performance history of no more than five (5) contracts, executed within the last three (3) years. Reference contracts should be at least $150K in value where your company performed as the Prime, or if performance was as a subcontractor, the value of the project should have been a minimum of $500K with the value of your work as a subcontractor being at least $150K. Include the following: Customer, Contract Number, Project Title, Project location(s), performance dates, yearly and total dollar amount (of your companies work as the prime or subcontractor), Contracting Officer or contract administration points of contact with telephone numbers, and in what capacity performed (e.g. prime or subcontractor). 4. If you identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition, please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466- 3015. Include the subject of the acquisition, this announcement, and the MICC POC information from this notice. Provide the specific aspects that unreasonable restrict competition and the rationale for such conclusion. This information is due no later than 16 May 205 at 10:00 a.m. EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e6c5422fc7a4fd38e2c81070be990a0/view)
 
Place of Performance
Address: Columbia, SC 29207, USA
Zip Code: 29207
Country: USA
 
Record
SN07429804-F 20250504/250502230102 (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.