Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOLICITATION NOTICE

S -- Paintsville Lake Mowing & Maintenance Services 2026-2030

Notice Date
6/18/2025 11:20:48 AM
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W072 ENDIST HUNTINGTON HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123725QA020
 
Response Due
7/24/2025 8:00:00 AM
 
Archive Date
08/08/2025
 
Point of Contact
JANESSA MYERS, Phone: 3043995018, Patrina Singleton, Phone: 3043996936
 
E-Mail Address
janessa.k.myers@usace.army.mil, patrina.g.singleton@usace.army.mil
(janessa.k.myers@usace.army.mil, patrina.g.singleton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Huntington District Corps of Engineers intends to procure an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Mowing and Maintenance Services for Paintsville Lake, Staffordsville, KY. The Performance Period will be a base period of one (1) year and four (4) option periods of one (1) year each. The base period for this contract will be from 1 January 2026 through 31 December 2030 The contract will be a Firm Fixed Price, Commercial Service type contract with a not-to-exceed amount of $920,000.00 over the entire contract period. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation Factor A (Past Performance), Factor B (Management and Controls), Factor C (Equipment/Personnel), and Factor D (Cost/Price) are listed in descending order of importance. The best value tradeoff process will be used in this acquisition with award made (as a whole) to the offeror whose quote conforms to the solicitation and has been evaluated as most advantageous to the Government with appropriate consideration given to the evaluation factors. Offerors will be cautioned that the award may not necessarily be made to the lowest price offered. All non-priced factors, when combined, are more important than price. In accordance with 52.219-14, Limitations on Subcontracting (DEVIATION), by submission of an offer and execution of a contract, the Contractor agrees to comply with the limitations on subcontracting. To demonstrate compliance, the contractor shall submit the Post-Award Contractor�s Limitations on Subcontracting Certification to the Contracting Officer or Contracting Officer�s Representative (COR) if one has been appointed. For contracts with a period of performance lasting less than 12 months, the contractor shall submit the Certification at the end of the performance period. For contracts with a period of performance lasting more than 12 months, the contractor shall submit the Certification at the one-year anniversary of contract award and then annually thereafter until the end of the performance period. For contracts with options years, the contractor shall submit the Certification at the end of the base year and then at the end of each subsequent option year. Solicitation documents will be available on or about 30 June 2025, online at https://www.piee.eb.mil. To be eligible for contract award, an Offeror must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov. Questions may be submitted to Janessa Myers at Janessa.K.Myers@usace.army.mil. A NAICS Code of 561730 has been established for this solicitation. The size standard is $9,500,000 in average annual receipts. This procurement is 100% Small Business set-aside.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f565a3c5d35f4cb8a785c761df760924/view)
 
Place of Performance
Address: Staffordsville, KY, USA
Country: USA
 
Record
SN07482488-F 20250620/250618230333 (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.