SOLICITATION NOTICE
S -- Grounds Maintenance Services - Base + 4 Option Years
- Notice Date
- 1/30/2020 12:36:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
- ZIP Code
- 80526
- Solicitation Number
- 12805BRFQ20JC01
- Response Due
- 2/18/2020 2:30:00 PM
- Archive Date
- 03/04/2020
- Point of Contact
- Joseph A. Covarrubio
- E-Mail Address
-
joseph.covarrubio@ars.usda.gov
(joseph.covarrubio@ars.usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation is attached. The solicitation number is 12805BRFQ20JC01 and is issued as a request for quotation (RFQ). The acquisition is a 100% Small Business Set-Aside. The NAICS code is 561730, business size standard is $8.0 million. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2020-02. The Government intends to issue a firm-fixed price service contract for this requirement. The USDA, ARS, Grassland, Soil & Water Research Laboratory (GSWRL), 808 East Blackland Road, Temple, TX 76502 has a requirement for grounds maintenance services. This requirement consists of 5 Contract Line Item numbers for services for a base year and 4 (12 month) option years. The price schedule, statement of work, diagram of grounds and service wage determination is included as attachments to this notice. The Statement of Work contains information for attending an organized site visit. Each quoter shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award quoters shall provide a quotation on the documents provided and include with the quote schedule (SF-18 attached) detailing the unit pricing and references for the proposed item. A minimum of 5 references is required and must have received the proposed services within the last three calendar years (Government references preferred but will accept commercial references).� Past performance and other evaluation factors will be evaluated to determine the quality of the quoters demonstrated performance on work similar in size, scope and complexity to this requirement. A copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM), www.sam.gov �database prior to submitting quotation. SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.betasam.gov . Potential offerors will be responsible for downloading their own copy of these documents (if any).� It is the offerors responsibility to monitor the site for release of the solicitation and any related documents.� Furnish quotations to Joseph Covarrubio, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via Email to the contacts listed below.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3fafbc57b2e94ab1b0a50a945cfe1990/view)
- Place of Performance
- Address: Temple, TX 76502, USA
- Zip Code: 76502
- Country: USA
- Record
- SN05547584-F 20200201/200130230203 (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 |