Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
MODIFICATION

S -- Landscaping and Tree Planting - Old Hickory (Rockland)

Notice Date
4/10/2025 12:57:24 PM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W072 ENDIST NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P5QA018
 
Response Due
4/30/2025 11:00:00 AM
 
Archive Date
05/15/2025
 
Point of Contact
Scott Ellis, Phone: 6157365632, Dani Bautch, Phone: 6157362020
 
E-Mail Address
Robert.S.Ellis@usace.army.mil, samantha.d.bautch@usace.army.mil
(Robert.S.Ellis@usace.army.mil, samantha.d.bautch@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
QUOTE INSTRUCTIONS FOR OFFEROR DESCRIPTION OF SERVICES: This service is a Total Small Business Set-Aside to furnish all labor, equipment, vehicles, tools, supplies, and materials necessary to mow, trim, and spray herbicide on the grounds in and around the Rockland Recreation Area in Hendersonville, TN 37075. Locations and work limits of the various areas are shown on the attached site map, Attachment 3. This procurement includes a base period of one (1) year and two (2) one (1) year option periods. TYPE OF CONTRACT: The Government intends to award a Firm-Fixed Price Service Contract under NAICS code 561730, Landscaping Services; Size Standard $9.5M. BASIS FOR SELECTION OF AWARD AND EXERCISE OF OPTIONS: Award shall be made to the lowest priced offeror who is determined to be responsive and responsible. Awardee shall be located within seventy-five (75) miles of Rockland Recreation Area. Quote must meet or exceed the technical specifications and delivery schedule to be considered for award. In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers by adding the total price for the basic requirement to the total price of all options. PLACE OF PERFORMANCE: Rockland Recreation Area, 5 Power Plant Road, Hendersonville, TN 37075. PERIOD OF PERFORMANCE: The contract awarded from this solicitation will be for one (1) base year, and two (2) option years� for a total of a three (3) year contract award starting on September 2026. SITE VISIT: Offeror is urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of the contract performance (FAR 52.237-1, Site Visit). The Government has scheduled a Site Visit for April 17, 2025, at 1:00 pm Central Time. All attendees shall meet at 5 Power Plant Road, Hendersonville, TN 37075. Point of Contact for the site visit is Dallin Fausett at (615)240-4055. REQUIREMENT TO REGISTER TO ATTEND SITE VISIT: Only registered persons will be permitted to attend the site visit. In addition to the below information, please also provide your name of firm, firm�s CAGE and Unique Entity Identifier (UEI), and name and position title of primary point-of-contact and their telephone number and email address. U.S. Citizens: To register, U.S. citizens interested in attending the site visit must submit a Nashville District (LRN) Security Access Form to the Point of Contract (POC), Contract Specialist Andrew Roth, by email to Andrew.R.Roth@usace.army.mil no later than five (5) business days prior to the site visit. If submitting the form in less than five business days, the person may not receive approval for participation. Notification of approval or denial will be provided prior to the date of the site visit. Foreign Nationals (FNs): FNs wishing to attend the site visit shall submit a completed LRN FN Security Form and legible color copies of two of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted two (2) weeks prior to the site visit. Exceptions will be considered on a case-by-case basis but will be limited. This form is available at: https://www.lrn.usace.army.mil/Portals/49/docs/Security/FN%20Pre-Bid%20Meeting%20AUG2015_508.pdf INSURANCE: See FAR 52.228-5, Insurance �Work on Government Installation and the �Special Requirements� section of this solicitation for the minimum amounts of insurance required. POC FOR COMMUNICATIONS: Any communications regarding this procurement before award must be made in writing to the Contracting Branch, Attn: Scott Ellis at email Robert.S.Ellis@usace.army.mil. Inquiries must identify the solicitation number, the requestor�s company name, address, email address, and telephone number to include the area code. QUESTIONS: Questions must be submitted to Scott Ellis via email at Robert.S.Ellis@usace.army.mil by April 22, 2025, at 1:00 P.M. Central Time. Phone calls or requests to arrange meetings at the Nashville District during the solicitation period to discuss project requirements or company�s capabilities are highly discouraged and will not be allowed. QUOTE SUBMISSION: All quotes shall be submitted electronically via email to Scott Ellis at Robert.S.Ellis@usace.army.mil by April 30, 2025, at 1:00 P.M. Central Time. The quote shall include the following elements to be considered for award: SF 1449: Filled out by the vendor for: Block 17a, Block 17b (if applicable), Block 30a, Block 30b, and Block 30c. Acknowledge all SF30s, Amendment of Solicitation (if applicable). Price: Complete and sign the �Price Schedule�. In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at www.sam.gov. More specifically, ""An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation."" (See FAR 52.204-7(b)(1)). Contractors must be registered in the System for Award Management (SAM) database (www.sam.gov) to receive an award. For SAM Customer Service, contact: Federal Service Desk URL: www.fsd.gov Hours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828 DSN: 866-606-8220 IMPORTANT NOTICE: Effective June 29, 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier. The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov). Contractors shall have representations and certifications completed in www.sam.gov OR provide completed paragraphs in FAR 52.212-3 Alternate 1 (Annual Representations and Certifications) found in the �Clauses Section� of this solicitation. If completing the aforementioned clause, provide with submitted quote. Provide business Unique Entity Identifier Number: _______________________________ Provide business CAGE code: __________________________________ Tax Identification Number: ____________________________________ APPARENT SUCCESSFUL OFFEROR: A minimum of one (1) banking reference for their firm and a minimum of three (3) past performance references for similar contracted work may be requested from the apparent successful offeror prior to actual award of the contract. The banking reference should include the financial institution�s legal name, complete physical address, a point-of-contact (POC) at the financial institution, the POC�s telephone number, and email address. The past performance references should include firm�s name, the contract number, the contract period of performance and/or contract completion date, the contract�s aggregate value, a brief description of the project, a POC, the POC�s telephone number, and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f247781e2814f8ea05268bde1466340/view)
 
Place of Performance
Address: Hendersonville, TN 37075, USA
Zip Code: 37075
Country: USA
 
Record
SN07403922-F 20250412/250410230058 (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.