Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOLICITATION NOTICE

F -- MT - CLARK CANYON WEED SPRAYING

Notice Date
3/8/2024 8:48:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
 
ZIP Code
59101
 
Solicitation Number
140R6024Q0044
 
Response Due
4/8/2024 2:30:00 PM
 
Archive Date
05/03/2024
 
Point of Contact
Heflin, Howard, Phone: 4062477797
 
E-Mail Address
HHeflin@usbr.gov
(HHeflin@usbr.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The agency number is 140R6024Q0044 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This solicitation is a Total Small Business set-aside in accordance with FAR Part 19. The NAICS code for this order is 561730 Landscaping Services; PSC is F105 Environmental Systems Protection- Pesticides Support, with a business size standard of $9.5 million. The Bureau of Reclamation's Montana Area Office (MTAO) anticipates the award of a purchase order for invasive species treatment services on the federal lands surrounding Clark Canyon Dam and Reservoir. This includes aerial application, ground application, and integrated pest management (IPM) techniques as appropriate in the areas of concern. Clark Canyon Dam and Reservoir is located approximately 21 miles Southwest of Dillon, Montana. A Technical Work Plan is required to be submitted as part of this RFQ. Please see full requirements within the Performance Work Statement (PWS) contained within the Clark Canyon Weed Spraying RFQ Requirements Doc. The required services must meet the parameters as outlined in this combined synopsis/solicitation to be considered technically acceptable. The Bureau of Reclamation expects to award a Firm-Fixed Price contract for a base year, plus four (4) option years. Quotes shall include pricing on the Standard Form 1449 for each Contract Line Item (CLIN) to be considered as responsive. The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and outlines the specific evaluation criteria in paragraph (a) of that provision. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition (see attached Clauses & Provisions list for additional FAR clauses cited in this clause that are applicable to this acquisition). Evaluation Criteria (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical - Work Plan as required in Performance Work Statement (PWS), Paragraph 11.2 Past Performance Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Delivery FOB Destination All deliverables shall be priced FOB destination and delivered in accordance with the PWS. Point of Contact All responsible small business sources that believe they have the capability to meet this need may submit a quotation along with business profile to Howard Heflin at hheflin@usbr.gov by 3:30 PM MDT, 8 April 2024, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b79e714439af4ba7a64f3707741c8458/view)
 
Record
SN06990630-F 20240310/240308230105 (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.