Combined Synopsis/Solicitation for Raystown Lake Aquatic Herbicide Plant Control Services

Agency: DEPT OF DEFENSE
State: Pennsylvania
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159391549415966
Posted Date: Apr 11, 2024
Due Date: Apr 22, 2024
Solicitation No: W912DR-24-Q-0020
Source: Members Only
Follow
Combined Synopsis/Solicitation for Raystown Lake Aquatic Herbicide Plant Control Services
Active
Contract Opportunity
Notice ID
W912DR-24-Q-0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 11, 2024 03:44 pm EDT
  • Original Date Offers Due: Apr 22, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 22, 2024
  • 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:
    Hesston , PA 16647
    USA
Description

U.S. Army Corps of Engineers, Baltimore District 11 April 2024



2 Hopkins Plaza



Baltimore, MD 21201





Raystown Lake Aquatic Herbicide – Combined Synopsis/Solicitation – W912DR24Q0020



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will be attached.



The redacted Justification and Approval (J&A) for Other Than Full and Open Competition dated 09 April 2024 will also be attached.



Solicitation number, W912DR24Q0020, is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This acquisition will be a 100% small business set-aside under NAICS code 561730 ($9.5M small business annual revenues), and Product Service Code S208.



The contractor shall provide all management, supervision, labor, boats, transportation, equipment, supplies, materials, and quality control necessary to apply herbicidal materials to targeted aquatic vegetation at the Raystown Lake Project. Please see list below:



1 Snyder's Run Boat Launch (1.9 Acres) Sonar One 66 lb Job

2 USACE Boat Dock (0.5 Acres) Sonar One 24 lb Job

3 Seven Points Boat Launch (1.9 Acres) Sonar One 66 lb Job

4 Oak Peninsula (1.9 Acres) Sonar One 66 lb Job

5 Point Inlet (3 Acres) Sonar One 88 lb Job

6 Raystown Resort (10.8 Acres) Sonar One 280 lb Job

7 Gate 35 (4.7 Acres) Sonar One 137 lb Job

8 Weaver Falls Boat Launch (0.8 Acres) Sonar One 36 lb Job

9 Juniata College Field Station (4.6 Acres) Sonar One 112 lb Job

10 James Creek Boat Launch (4.8 Acres) Sonar One 124 lb Job

11 Aitch (20.3 Acres) Sonar One 658 lb Job

12 Raystown Dam (8.2 Acres) Harpoon Granular 820 lb Job

13 Raystown Dam (8.2 Acres) Aquathol Super K 1,083 lb Job



The period of performance (POP) will begin on or about 10 May 2024 and end on 30 September 2024 (delivery and acceptance will occur at the place of performance, Raystown Lake, in Huntingdon County, Pennsylvania (FOB: Destination).



FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.



FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, has been included and the specific evaluation criteria to be included are as follows:




  • Technical

  • Past Performance

  • Price



The Offeror’s price will be evaluated to determine price reasonableness; no rating will be given. Award will be made for the lowest-price, technically acceptable offer.



Please be sure to fill out FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, located in Section K of the attached SF1449.



FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.



FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses have been incorporated by reference in this clause and are applicable to the acquisition:



FAR 52.203-19, FAR 52.204-23, FAR 52.204-25, FAR 52.209-10, and FAR 52.233-4.



This acquisition will be procured using a Fixed-Firm Price contract and is not applicable to the Defense Priorities and Allocations System (DPAS).



Request for Information (RFI) Questions concerning this solicitation must be submitted by email no later than 17 April 2024 at 11:00 a.m. EST to contract specialist, Lauren Elamenuel at lauren.n.elamenuel@usace.army.mil. This will allow responses to be posted prior to solicitation closing. A pre-bid tour will be coordinated with the contract specilaist and shall be set for 10:00 am, on 16 April 2024 at the Raystown Lake Visitor Center. See attached Performance Work Statement for Point of Contact information.



Offerors are asked to respond to this RFQ by filling out the bid schedule located in Section B of the attached SF1449 and submitting to Contract Specialist, Lauren Elamenuel, at lauren.n.elamenuel@usace.army.mil and Contract Officer, Nicole C. Brookes, at nicole.c.brookes@usace.army.mil no later than 11:00 A.M. on 22 April 2024. If there are any questions regarding this RFQ, please contact Lauren Elamenuel at (410) 962-5137.


Attachments/Links
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 11, 2024 03:44 pm EDTCombined Synopsis/Solicitation (Original)

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 >