Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2023 SAM #7772
SOURCES SOUGHT

F -- Shookstown Creek Invasive Species Removal - Fort Detrick

Notice Date
3/7/2023 12:09:13 PM
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR23X0URC
 
Response Due
3/21/2023 8:00:00 AM
 
Point of Contact
Rosemarie Rollins, Phone: 4109623529, Ryan Fernandez
 
E-Mail Address
rosemarie.e.rollins@usace.army.mil, ryandale.r.fernandez@usace.army.mil
(rosemarie.e.rollins@usace.army.mil, ryandale.r.fernandez@usace.army.mil)
 
Description
This Sources Sought is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice.� Interested vendors are responsible for monitoring this notice for any subsequent amendments. All submissions become government property and will not be returned.� Any solicitation issued as a result of this notice will be in a separate announcement.� The purpose of this notice is to survey interest and obtain capability statements from industry. The U.S. Army Corps of Engineers (USACE), Baltimore District is considering a requirement for invasive species removal services for the Shookstown Creek restoration site at Fort Detrick in Frederick, MD.� A site map and information on the invasive species in question are included as an attachment to this notice. PROJECT DESCRIPTION The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control, and other items and non-personal services necessary to conduct herbicide treatment and/or mechanical eradication of Japanese stiltgrass (microstegium vimineum) and Oriental bittersweet (celastrus orbiculatus) in the riparian buffer and restoration areas of the stream restoration project in accordance with the details stated in the attached Performance Work Statement. The riparian buffer area is approximately 3 acres, and the restoration area is approximately 13 acres. The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary access, licenses and permits, and for complying with any Federal, State, and local laws, codes, and regulations applicable to the performance of this work.� The period of performance will be from the date of contract award to September 20, 2023. CAPABILITIES STATEMENT Interested vendors that are capable of fulfilling the PWS may submit a capabilities statement by the closing date for consideration. Email capabilities statement to Rosemarie Rollins, Contract Specialist at Rosemarie.E.Rollins@usace.army.mil and Ryan Fernandez, Contracting Officer at Ryandale.R.Fernandez@usace.army.mil no later than 11:00 AM Eastern Standard Time, March 21, 2023; reference Sources Sought number W912DR23X0URC.� Submissions will be shared with the Government project delivery team, but otherwise will be held in strict confidence.� No feedback or evaluations will be provided to respondents regarding their submissions. If you have any questions, contact Rosemarie Rollins by email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1da87c7401a84244916ea04466c349c0/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN06611355-F 20230309/230307230116 (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.