Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2020 SAM #6734
SOLICITATION NOTICE

S -- Base Notice: Lanscaping, Tree Removal, & Snow Plowing Services BPA - W911S2-LAND -TREE-SNOW

Notice Date
5/5/2020 10:44:48 AM
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2LAND
 
Response Due
5/2/2025 12:00:00 PM
 
Archive Date
05/17/2025
 
Point of Contact
Jeffery L Frans, Phone: 3157725034, Henry C Caldera, Phone: 434752542
 
E-Mail Address
jeffery.l.frans.civ@mail.mil, henry.c.caldera.mil@mail.mil
(jeffery.l.frans.civ@mail.mil, henry.c.caldera.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, New York is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for services under North American Industry Classification System Code (NAICS) 561730: Landscaping Services. The small business size standard for this industry is $8 million in average annual revenue. Services would include but is not limited to the following: Landscaping: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary to provide Landscaping services on Fort Drum, New York. The Contractor shall have the ability to provide all phases of work in connection with the planting of new shrubs, installation of mulch, topsoil, sod, and the restoration of the immediate surrounding areas. Tree Removal: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary to provide Tree Clearing/Removal services from U.S Government property at Fort Drum, New York. Due to the possibility of emergency services, a maximum response time of one hour is required. Tree Clearing/Removal services may include stump removal services if necessary. Projects involving ANY habitat modification (e.g., vegetation removal) must be addressed by Fort Drum's Fish and Wildlife Management Program as the federally endangered Indiana bat must be considered in all actions. Snow Removal: The Contractor shall provide all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary to perform Snow Removal Services within specific designated areas for various Fort Drum organizations on Fort Drum, New York. The Contractor shall have the ability to provide snow plowing and snow removal services as required by this BPA, twenty-four (24) hours a day, seven (7) days a week. Due to the possibility of emergency services, a maximum response time of one hour is required. The Contractor shall perform the work under this BPA in such a way as not to interfere with Government operational activities. The Contractor must be able to accept the Government Purchase Card (GPC) as payment for calls issued up to $25,000. Calls over the $25,000 limit will be paid through Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. There will be times when the Government will utilize UNISON in order to compete the calls. The Contractor shall register with UNISON once the Master Blanket Purchase Agreement is signed. The website to register is https://www.unisonglobal.com/product-suites/acquisition/marketplace/, phone: 877-933-3243.� BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. Annual review of purchases and market surveys will be performed to determine whether the Government is receiving fair and reasonable pricing, which may result in either continuing this BPA or early termination. In addition, early termination may result if the Government no longer has a need/requirement for the services provided by the Contractor. Interested parties must be registered with the System for Award Management under the NAICS 561730. Representations and certifications must also be on record. These registrations can be done through the SAM for free at https://www.sam.gov/portal/public/SAM/. Any interested party may inquire with the following Contract Specialist via email: henry.c.caldera.mil@mail.mil Any correspondence relating to this synopsis should have ""Land, Tree, and Snow BPA"" notated in the subject field. Interested parties should submit all pertinent information in order for the Government to create an award, such as the companies' DUNS number, CAGE code, Tax ID number, official business address, point of contact to henry.c.caldera.mil@mail.mil or jeffery.l.frans.civ@mail.mil. [SVECUA1]�The initial Master BPA Agreements will be issued by in October 2020, but interested parties can still submit inquiries at any time during the five year synopsis period. The period of performance (PoP) for this suite will be 10/21/2020 - 10/20/2025. jeffery.l.frans.civ@mail.mil� or henry.c.caldera.mil@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f732d5f6636740dd8008b52ee2c268f4/view)
 
Place of Performance
Address: Fort Drum, NY 13602, USA
Zip Code: 13602
Country: USA
 
Record
SN05645835-F 20200507/200505230200 (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.