SOLICITATION NOTICE
S -- Perry Lake, Rock Creek Park Attendant
- Notice Date
- 4/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721211
— RV (Recreational Vehicle) Parks and Campgrounds
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-09-T-1018
- Response Due
- 5/11/2009
- Archive Date
- 7/10/2009
- Point of Contact
- David M. Best, 816 389 3404<br />
- 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. Combined Solicitation / Synopsis - Request for Quotation W912DQ-09-T-1018, Perry Lake, Rock Creek I, Park Attendant Services This is a combined synopsis/solicitation for commercial services 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: quotations are being requested and a written solicitation will not be issued. The US Army Corps of Engineers, Perry Lake Project Office, Perry, KS, has a requirement for Park Attendant Services. In order to procure this requirement, this synopsis / solicitation (W912DQ-09-T-1018) is issued as a Request for Quotation (RFQ), with the intent of issuing a Firm Fixed Price (FFP), multi-year contract (base year plus 2 option years). The base contract period shall be from 1 June 2009 (or date of award) through 31 May 2010. The Service Period for performance of the work for the bas year is 1 June 2009 through 30 Sep 2009. The Service Period for performance of the work for the two option years (if exercised) is 1 May - 30 September. The Contractor shall furnish all manpower, equipment, tools, supervision and all necessary items required to provide the required services per the attached Scope of Work. This solicitation is 100% SMALL BUSINESS SET ASIDE. The Standard Industry Classification (SIC) for this solicitation is 7033 and the North American Industry Classification System (NAICS) is 721211 based on $15,000,000 or less for the past 12 months. The provision at FAR Part 52.212-1 Instructions to Offerors Commercial, applies to this acquisition. In accordance with FAR Part 52.212-2 Evaluation Commercial Items (Jan 1999), the Contracting Officer will evaluate responsive and responsible offers on the basis of best value to the Government. In addition to using pricing as a determining factor, an evaluation of the contractors related past performance and experience shall be considered. This combined synopsis/solicitation will be posted on the Federal Government Electronic Posting Systems (EPS) site, https://www.fbo.gov. Any amendments will be posted on the affected solicitation page EPS site. It is the offeror's responsibility to monitor this site for the release of amendments (if any). All interested contractors must download the detailed solicitation, scope of work, and bid schedule The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-26. A complete list of the applicable clauses and provisions is included in this solicitation. All provisions and clauses can be referenced and viewed through Internet access at http://farsite.hill.af.mil. Offerors must be registered with Offeror Representations and Certifications (ORCA) prior to award. The ORCA website address is https://orca.bpn.gov/ For solicitations issued after 1 Jun 98 all ** contractors are required to Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contract Specialist listed below, by fax or email. US Army Corp of Engineers CT-C, Room #760 Attn: David Best, Contract Specialist or Carol Hodges 601 E 12th Street Kansas City MO 64106 Email: david.m.best@usace.army.mil or carol.w.hodges@usace.army.mil Phone: 816-389-3404 or 816-389-3732 Fax: 816-389-2029 / 2038 It is the vendors responsibility to ensure that all quotations and required supporting documents are received at the following address before 11 May 2009 at 3;00pm (CST): US Army Corp of Engineers CT-C, Room #760 Attn: David Best, Contract Specialist or Carol Hodges 601 E 12th Street Kansas City MO 64106 Email: david.m.best@usace.army.mil / carol.w.hodges@usace.army.mil Phone: 816-389-3404 or 816-389-3732 Fax: 816-389-2029 / 2038 Award will be made on or about 15 May 2009. DOCUMENTS TO RETURN: In order to be considered responsive, offerors must complete and return all of the following: -Complete and return the quotation with a current mailing address, telephone number, bidders name, title, and signature. -Complete and return priced Bid Contract Line Items (CLINs). -Complete and return Bidders Work Experience Statement attachment. -Make 3 copies of Past Performance Questionnaire and Cover Letter attachment, and submit to 3 references. References need to fax the completed form to the Government at 816-389-2029 / 2038 All interested contractors must download the above documents (detailed solicitation, scope of work, and bid schedule)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aae490e9cafe04b73b66d10d68f59fe9&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Perry Lake 10419 Perry Park Drive Perry KS<br />
- Zip Code: 66073<br />
- Zip Code: 66073<br />
- Record
- SN01804700-W 20090501/090429221759-aae490e9cafe04b73b66d10d68f59fe9 (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 |