W15QKN-23-Q-5074 Grounds Maintenance - Lodi, NJ009

Agency: DEPT OF DEFENSE
State: New Jersey
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159388133955325
Posted Date: Jun 16, 2023
Due Date: Jun 23, 2023
Solicitation No: W15QKN-23-Q-5074
Source: Members Only
Follow
W15QKN-23-Q-5074 Grounds Maintenance - Lodi, NJ009
Active
Contract Opportunity
Notice ID
W15QKN-23-Q-5074
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 16, 2023 09:41 am EDT
  • Original Published Date: Jun 02, 2023 03:18 pm EDT
  • Updated Date Offers Due: Jun 23, 2023 02:00 pm EDT
  • Original Date Offers Due: Jun 23, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 23, 2023
  • Original Inactive Date: Sep 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Lodi , NJ 07644
    USA
Description View Changes



1. The purpose of this solicitation is to procure Grounds Maintenance Services in support of the 99th Readiness Division (RD). Grounds Maintenance Services, inclusive of maintaining a healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance at the Alexander Hamilton USARC located at 76 Route 17 at Essex Street, Lodi, NJ 07644 (NJ009).



2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 7-month base period and four, 12-month option periods from date of contract award.



3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.SAM.gov.



4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, "Instructions to Offerors -- Commercial Items" and FAR 52.212-1, Addendum for additional information.



5. See FAR clause 52.212-2, “Evaluation -- Commercial Items” and FAR 52.212-2, Addendum for additional information and for evaluation criteria.



6. A Site Visit is available upon request, all requests shall be submitted via email to the Site Visit POC; RFOS, Louis A. Corbo at louis.a.corbo.civ@army.mil the Contract Specialist, Ryan Nicklous at Ryan.P.Nicklous.civ@army.mil and the Contracting Officer; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil, no later than 2:00PM EST on WEDNESDAY, 12 JUNE 2023 for a tentative Site Visit date to be scheduled. In no event shall failure to inspect the site constitute grounds for a claim after contract

award.



7. *** SOLICITATION QUESTIONS AND ANSWERS POSTED 6/16/2023 *** All questions regarding this solicitation shall be submitted via email no later than 10:00AM EST on THURSDAY, 15 JUNE 2023 to the Contract Specialist; Ryan Nicklous at Ryan.P.Nicklous.civ@army.mil and the Contracting Officer; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil. The questions will be answered all at once and uploaded to the Contract Opportunities website at https://www.SAM.gov posting after the question period has closed.



8. COMPLETING A QUOTE FOR SUBMITTAL



a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to: Contract Specialist; Ryan Nicklous at Ryan.P.Nicklous.civ@army.mil and Contracting Officer; Jasmyne Peterson at Jasmyne.C.Peterson.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at https://www.SAM.gov



b. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation.



c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status.



d. The Offerors shall submit a signed SF1449 (Pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is required to complete blocks 17, 30a, 30b and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation.



e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.



f. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5, “Insurance – Work on a Government Installation” and “Required Insurance.



9. All services shall be performed in accordance with the Performance Work Statement (PWS).



10. All offers shall remain valid for 120 calendar days.



11. SAM Eunique ID#:_____________________



12. Cage (commercial and government entity) code:_________________



13. Federal Tax ID:___________________



14. This project is a set aside under NAICS 561730 with the business size standard of $9,500,000.00.



15. Multiple proposals will not be accepted.



16. Attachment(s):



a. Attachment 0001 – Draft - Performance Work Statement



b. Attachment 0002 – Draft - NJ009 Grounds Maintenance Map


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Jun 2, 2023[Solicitation (Original)] W15QKN-23-Q-5074 Grounds Maintenance - Lodi, NJ009

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >