Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2014 FBO #4547
SOLICITATION NOTICE

Z -- Los Angeles County Drainage Area (LACDA)/Santa Ana River Basin (SARB) Channel, Levee and Basin Inspection and Maintenance Services, Los Angeles, Orange, San Bernardino, and Riverside Counties, California

Notice Date
5/5/2014
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-14-R-0019
 
Response Due
6/30/2014
 
Archive Date
7/30/2014
 
Point of Contact
Tracey Daggy, (213) 452-3239
 
E-Mail Address
USACE District, Los Angeles
(tracey.i.daggy@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is for a Five (5) year service maintenance contract which includes a Base year and four (4) Option years. The contractor shall provide non-personal services to include all personnel, equipment, tools, materials, supervision, and other items and products necessary to ensure that maintenance services are performed within the US Army Corps of Engineers (USACE), Los Angeles County Drainage Area (LACDA) and Santa Ana River Basin (SARB) Operations and Maintenance (O&M) projects. These channels and levees and Flood Control Basins (FCB) are located in the county of Los Angeles and San Bernardino California. Maintenance will be performed in such a manner that will support the Operations and Maintenance requirements identified in the LACDA Manual LADM-1130-2-13 and SARB LADM 1130-2-14. There will be two (2) Levels of service requirements work associated with this procurement: Level I and Level II. Level I consists of routine inspection and maintenance services to include monthly Maintenance Services and Inspections (MS&I) and will be a Firm-Fixed-Price schedule over the contract life for the Los Angeles County Drainage Area (LACDA) channels and levees and the Santa Ana River Basin (SARB) channels and levees under the maintenance responsibility of the Corps of Engineers. Service requirements above the routine maintenance Level I will be considered Level II and will be established for nonrecurring services and maintenance services requested by the government to address work of an urgent or emergency status, deferred maintenance activities which are not routinely funded, seasonal maintenance activities, etc. Examples of work loads are: Clear all vegetation, weeding, mowing, pruning, tree removal, pest control/dead animal removal to include burrowing animal control services, drainage structures & systems maintenance & clearing, policing/trash pickup and removal, litter removal, graffiti removal, sediment/debris removal, clearing of vegetation/mixed debris, and herbicide applications. THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE REQUEST FOR PROPOSAL (RFP), LOWEST-PRICED TECHNICALLY ACCEPTABLE. ONLY SMALL BUSINESSES WILL BE CONSIDERED FOR AWARD. Both a technical and price proposal will be required. The Technical Evaluation Factors for this procurement are in Section 00110, entitled Submission Requirements and Instructions. It is the Government's intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. The offerors will provide a quality control plan and a work plan for evaluation in accordance with EM 385-1-1. There will be one pricing schedule for this project with a Performance Period of 365 days after contract award and 365 days for each option year one (1) through four (4). The North American Industry Classification Code (NAICS) for this procurement is 562910, Remediation Services, $19,000,000.00 average annual gross revenue for the last three (3) fiscal years. Estimated cost range for this project is between $5,000,000 and $10,000,000.00. The solicitation will be made available on or about May 28, 2014. All proposals will be due on or about June 30, 2014 at 2:00 P.M. Pacific Time. This is to notify all potential offerors that Solicitation No. W912PL-14-R-0019 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (www.sam.gov). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, and e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be System for Award Management (SAM) registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-14-R-0019/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN03357089-W 20140507/140505234426-306daf5dba2ab69f8d4915ffa5f78dd8 (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 |
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.