Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2025 SAM #8588
SOLICITATION NOTICE

S -- Grounds Maintenance, Test Site C-86/C-3, Eglin AFB

Notice Date
5/30/2025 5:55:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
FA282325Q0040
 
Response Due
6/13/2025 12:00:00 PM
 
Archive Date
06/28/2025
 
Point of Contact
Andrew Adams, Rick Porter
 
E-Mail Address
andrew.adams.38@us.af.mil, rick.porter.1@us.af.mil
(andrew.adams.38@us.af.mil, rick.porter.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*Note: This Solicitation has been amended to hold a site visit at 1000 CST, Wednesday, June 4th at test site C-86 off of Hwy 285, Eglin Range Road 200. A valid drivers license will be required to attend this Site Visit. Attendance is not mandatory to quote. Please submit the names of all potential visitors to andrew.adams.38@us.af.mil prior to COB June 3rd.: This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR 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. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-Q-0040. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires Grounds Maintenance Services in accordance with the Performance Work Statement dated 3 March 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. There will be no advanced payments. The North American Industry Classification System code (NAICS) is 561730, Landscaping Services, with a size standard of $9.5M. A firm-fixed priced contract will be awarded. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. REQUIREMENT: CLIN 0001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Base Year Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each); CLIN 1001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 1 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each); CLIN 2001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 2 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each); CLIN 3001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 3 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each); CLIN 4001: (FIRM-FIXED PRICE) Maintain Semi-Improved Grounds, Option Year 4 Growing Season IAW PWS dated 3 March 2025 (Qty 1 Each); FOB Destination Shipping Requested. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional price information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: Offerors are required to fill out the C-86 and C-3 Bid Schedule attachment to provide pricing for each applicable component for the base year, as well as for each of the 4 option years. In accordance with AFIMSC regulations, pricing must be provided in this attached Bid Schedule. Any offerors who fail to provide pricing IAW the attached Bid Schedule for the base year and each option period will be deemed technically unacceptable. In accordance with FAR 13.106-1(a)(2), offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b). All offerors are required to provide their Representations and Certifications with their quote. All offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a UEI number or CAGE code, please visit https://www.sam.gov/portal/public/SAM/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINES: A site visit well be held at 1000 CST, Wednesday, June 4th at test site C-86 off of Hwy 285, Eglin Range Road 200. A valid drivers license will be required to attend this Site Visit. Attendance is not mandatory to quote. Please submit the names of all potential visitors to andrew.adams.38@us.af.mil prior to COB June 3rd. Submit any questions to the attention of Andrew Adams by email to andrew.adams.38@us.af.mil no later than 1:00 PM Central Time on 11 June 2025. Offers are due no later than 2:00 PM Central Time on 13 June 2025. Attachments: 1. PWS, dated 3 Mar 2025 2. C-86 and C-3 Bid Schedule 3. QASP, dated 3 Mar 2025 4. SCA Wage Determination, dated 22 Dec 2024
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fefae40ffa841408164b5e9c5e9d153/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN07461106-F 20250601/250530230047 (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.