Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2025 SAM #8473
SOLICITATION NOTICE

G -- Big Bend Gate Attendant

Notice Date
2/5/2025 11:34:02 AM
 
Notice Type
Presolicitation
 
NAICS
721211 — RV (Recreational Vehicle) Parks and Campgrounds
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F25Q0029
 
Response Due
2/20/2025 12:00:00 PM
 
Archive Date
03/07/2025
 
Point of Contact
Casey M Barber, Nadine Catania
 
E-Mail Address
casey.m.barber@usace.army.mil, nadine.l.catania@usace.army.mil
(casey.m.barber@usace.army.mil, nadine.l.catania@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
On or about 5 February 2025, this office will issue Request for Quote (RFQ) for Big Bend Gate Attendant on Big Bend Project. The solicitation will close on or about 20 February 2025. This solicitation is a 100% Small Business Set-aside Project Description: This is a non-personal services contract to provide Gate Attendant Services for the U.S. Army Corps of Engineers, Big Bend Project, Fort Thompson, South Dakota. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform gate attendant services for the Corps of Engineers as defined in this Performance Work Statement except for those items specified as government furnished property and services. Services include operate a campground entrance building (fee booth) to include collecting and processing fees for Left Tailrace Campground; maintain and enter data into the National Recreation Reservation Service (NRRS) Program; distribute information for campground customers; provide surveillance and visitor assistance in the Left Tailrace Campground and provide emergency assistance when needed. The contractor shall accomplish these duties safely and in accordance with all applicable policies and procedures. The contractor shall perform to the standards in this contract. Contractor will work closely with campground host and project staff. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the government. This is a fixed priced, performance-based service contract where the government defines and measures desired outcomes, while contractor methods are generally not constrained or directed. Period of Performance: The Period of Performances are listed below. Base Year: 30 April 2025 through 01 October 2025 Option Year 1: 30 April 2026 through 01 October 2026 Option Year 2: 30 April 2027 through 01 October 2027 NAICS Code: The Primary North American Industry Classification System (NAICS) code anticipated for solicitation is 721211 � RV Parks and Campgrounds, with a size standard for Small Business of $10M. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity. Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program. Contractors must ensure that the applicable NAICS code 562991 is included in their profile prior to submission of offer. Contracting Office Address: USACE Omaha District 1616 Capital Ave, Omaha, NE 68102-4901 Point Of Contact: All questions shall be submitted to the POCs listed on SAM.gov. Place of Performance: Corp lands that surround Lake Sharpe. These include locations near Fort Thompson, SD. Specific locations are noted in the PWS. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via SAM.gov (https://sam.gov). Find solicitation announcement in SAM.gov (https://sam.gov). Use the �Contract Opportunities' to locate the project by entering the solicitation number. By using the �login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the left side reading �Attachments/Links�. Note: Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via SAM.gov (sam.gov). Registration is required to access solicitation documents. SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. PHONE CALLS WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/402abb79937d48bab4e85a169e40eaa4/view)
 
Place of Performance
Address: Fort Thompson, SD 57339, USA
Zip Code: 57339
Country: USA
 
Record
SN07333205-F 20250207/250205230031 (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.