Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2022 SAM #7379
SOURCES SOUGHT

99 -- Rathbun Lake Master BPA for Landscaping Services

Notice Date
2/11/2022 6:50:39 AM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ22SLH03
 
Response Due
2/21/2022 10:00:00 AM
 
Point of Contact
Laura L Hedrick, Phone: 8163893023, Christopher W. Anderson, Phone: 8163893850
 
E-Mail Address
laura.l.hedrick@usace.army.mil, Christopher.W.Anderson@usace.army.mil
(laura.l.hedrick@usace.army.mil, Christopher.W.Anderson@usace.army.mil)
 
Description
Rathbun Lake Landscaping Services Master Blanket Purchase Agreement (BPA) For the United States Army Corps of Engineers, Kansas City District This is a Notice for Sources Sought only. This is not a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications or drawings available with this announcement. It does not constitute a procurement commitment by USACE, implied or otherwise. No contract will be awarded from this Sources Sought Notice. Response is strictly voluntary; no reimbursement will be made for any cost associated with providing information in response to this Sources Sought or any follow-up information requests. The Government shall not be liable for or suffer any consequential damages for any improperly identified information. USACE has a requirement for landscaping services at the Rathbun Lake Project in the following counties in IA: Appanoose, Lucas, Monroe, and Wayne. The North American Industry Classification System (NAICS) code for this requirement is NAICS Code 561730 Landscaping Services. The small business size standard for this requirement is $8,000,000.00. Project Description The U.S. Army Corps of Engineers (USACE), Kansas City District (NWK), has a need for Master BPAs for landscaping services in support of Rathbun Lake, IA. These services will be used to assist operational and maintenance activities at multiple areas around the lake, including dam embankments and appurtenances, an administrative compound, four seasonally operated campgrounds, several day use areas, recreational lands and a system of roads and parking areas. The Contractor shall furnish all necessary management, personnel, materials, supplies, tools, equipment, fuel, and vehicles, required to perform land maintenance services at Rathbun Lake in accordance with the general Performance Work Statement (PWS).� A blanket purchase agreement (BPA) is a simplified method of filling anticipated repetitive needs for�supplies�or services. The BPAs that will be established fall within the same category of expertise within a broad class of services that are generally purchased, but exact services, quantities, and delivery requirements are not known in advance and may vary considerably. When a requirement is needed, a Request for Quote (RFQ), attached with a more specific scope of work, will only be solicited to all Master BPA holders within the NWK district that have the same PWS. When a quote is accepted by the Government, a BPA Call will be awarded against the awardee�s Master BPA. Each Master BPA will have a maximum capacity of $5,000,000.00; each BPA call will have a maximum capacity of $250,000.00. Master BPAs will have a period of performance of up to five years. To be considered qualified, firms must meet the following minimum requirements: Company Information (Identify if using a joint venture or partnering). The following information is required. Company Name Mailing Address Contact Phone Number and E-Mail Cage Code * Duns Number Capability: Provide your firms capability to perform this requirement.� Can you perform all of the different types of services?� If not, which ones will you not be able to perform? Capacity: Can your firm accomplish this requirement if the services needed fall within the draft Performance Work Statement provided? Ability to successfully comply with the provisions of FAR 52.219-8, Utilization of Small Business Concerns. Offeror's type of business and business size. (If small business, Company�s current small business category (Small Business, HUBZone, Service-Disabled Veteran Owned, Woman-Owned, and/or 8(a)) as it relates to the specified NAICS Code or something similar. *If you do not have a CAGE code, and you are interested in pursuing a contract with the Government, please register in the SAMs website as soon as possible (register through https://www.sam.gov/SAM/). A CAGE code is required prior to the submission of your proposal/quote/bid, but not required for this Sources Sought. Offeror�s are advised that information provided to the Government in regard to the products or devices proposed will be considered For Official Use Only (FOUO) and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely. This is a market survey and notification of intent only (Sources Sought). This is not a request to respond to a solicitation. This project may be solicited at a future date. Points of contacts: Laura L. Hedrick, Contract Specialist, Telephone: 816-389-3023; E-Mail: laura.l.hedrick@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a548e5ab9eeb4ad4b072b80a6f2bab76/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06240980-F 20220213/220211230109 (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.