Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOLICITATION NOTICE

Z -- LOS ANGELES COUNTY DRAINAGE AREA (LACDA) & SANTA ANA RIVER BASIN (SARB) CHANNEL, LEVEE, AND FLOOD CONTROL BASIN MAINTENANCE SERVICES LOS ANGELES AND SAN BERNARDINO COUNTIES, CALIFORNIA

Notice Date
4/21/2020 3:53:48 PM
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL-20-R-0022
 
Response Due
6/8/2020 2:00:00 PM
 
Archive Date
06/23/2020
 
Point of Contact
Tracey Daggy, Phone: 2134523239, Sandra Oquita, Phone: 2134523249, Fax: 2134524184
 
E-Mail Address
tracey.i.daggy@usace.army.mil, sandra.oquita@usace.army.mil
(tracey.i.daggy@usace.army.mil, sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 to be performed for 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 are located within the county of Los Angeles (45 aggregate miles) and San Bernardino California (16 aggregate miles).� 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 and ETL-1110-2-583. 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 maintenance services requested by the government to address work of an urgent or emergency status or deferred maintenance activities which are not routinely funded, seasonal maintenance activities, etc. Within the LACDA, SARB projects are 11 Dams Flood Control Basins and 1 Debris basin and Mojave Dam FCB, generally all work at these facilities will be level II requirements. Examples of work loads are:� Quality Control Inspections QCI and monthly activity reports, Rodenticide, pest control/dead animal removal, graffiti removal.� Pipe line inspections following NASSCO, PACP to include infrastructure such as sub-drain, conduit, pipe drainage structures & systems clearing, CCTV and Engineer Assessment, litter and trash, refuse pickup and removal, homeless encampment removal, lead abatement, graffiti removal, sediment/debris removal, hauling and disposal, clearing of vegetation and tree and stump removal, mixed debris management, herbicide applications with a state of California� applicator�s license, repairs to flapper gates, manhole covers, fencing, signs and road grading.� Provide sediment and water testing results and assessments, Fish and Wild Life Permitted Protocol Survey and Environmental Assessments, provide two field biologist for daily observation and reporting as well as work crew training and direction.� Rail road right of way maintenance training, permitting and bonding application.� Support community river or basin cleanup efforts (Generally 4 times per year). THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE REQUEST FOR PROPOSAL (RFP), LOWEST-PRICED TECHNICALLY ACCEPTABLE.� 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 offeror�s will provide a quality control plan and a work plan for evaluation in accordance with EM 385-1-1, dated 2014 https://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf. 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 561730, Landscaping Services, $8,000,000.00 average annual gross revenue for the last three (3) fiscal years.� Estimated cost range for this project is between $25,000,000 and $100,000,000.00.� A site visit to a representative sample of the facilities will be conducted approximately the second week of May 2020.� The solicitation will be made available on or about May 6, 2020.� All proposals will be due on or about�8 June 2020 at 2:00 P.M. Pacific Time.� This is to notify all potential offerors that Solicitation No. W912PL-20-R-0022 and all amendments for this acquisition will be posted on BetaSAM (www.beta.sam).� 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 BetaSAM will require prior registration in System for Award Management (SAM) (www.sam.gov).� If you are a first time BetaSAM user, you will be required to register in SAM 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 BetaSAM, 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 BetaSAM 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 BetaSAM 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 BetaSAM website, please select the Federal Service desk 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 � BetaSAM � 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
SAM.gov Permalink
(https://beta.sam.gov/opp/ece343cdc09245039c1584158e017d38/view)
 
Place of Performance
Address: Los Angeles, CA 90065, USA
Zip Code: 90065
Country: USA
 
Record
SN05630888-F 20200423/200422060404 (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.