MODIFICATION
F -- Big Bend Crow Creek Stewardship
- Notice Date
- 5/6/2021 7:18:50 PM
- Notice Type
- Solicitation
- NAICS
- 813312
— Environment, Conservation and Wildlife Organizations
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F21Q0032
- Response Due
- 5/7/2021 12:00:00 PM
- Archive Date
- 05/22/2021
- Point of Contact
- Lynne D. Reed, Phone: 4029952039, David W. Neal, Phone: 4029952988
- E-Mail Address
-
lynne.d.reed@usace.army.mil, david.w.neal@usace.army.mil
(lynne.d.reed@usace.army.mil, david.w.neal@usace.army.mil)
- Description
- US Army Corps of Engineers (USACE) - Omaha District, issued Request for Quote (RFQ) to Crow Creek Sioux Tribe, 100 Drifting Goose Dr., Ft. Thompson, SD 57339 per FAR Subpart 13.106-1(b). The work is located within the Crow Creek Sioux Reservation. Access to USACE land and a majority of the work areas is through Tribal land. The Tribe has the option to refuse access across their land or to charge a fee for access. The Crow Creek Sioux Tribe has performed these services for USACE in previous years and obtains valuable experience and expertise in performing the work in this contract. The work performed under this contract provides valuable on the job training for Native Americans in one of the nation's most economically depressed counties.� Natural Resource Improvement Services for the Big�Bend Project, Fort Thompson, SD. The services�include onetime�discing of the food plots (74.2 acres), spray food plots with herbicide�two times (74.2 acres), and planting seeds within the food plots (74.2�acres). In addition, the tree belt rehabilitation of 60 acres is required, which�includes removal of dead and diseased trees and removal of overgrowth.�Finally, boundary fence repairs are needed, with an estimate of 120 labor�hours. Performacne period is six (6) months award. Per FAR 5.207(16)(i), all responsible sources may submit a quotation which�shall be considered by the agency. If the government receives other quotes, the consideration referenced above will include a review and evaluation of the price and past performance in determining the award. The government will base past performance on the following: 1. The contracting officer�s knowledge of and previous experience with the supply or service being acquired. 2. The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or 3. Any other reasonable basis
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e601ba86b9ef408ab9c1462f2f2d26c2/view)
- Place of Performance
- Address: Chamberlain, SD 57325, USA
- Zip Code: 57325
- Country: USA
- Zip Code: 57325
- Record
- SN05993399-F 20210508/210506230111 (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 |