Mowing, Maintenance, Herbicide & Cleaning at Brookville Lake, Indiana

Agency: DEPT OF DEFENSE
State: Indiana
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159637326502413
Posted Date: Apr 5, 2024
Due Date: Apr 26, 2024
Solicitation No: W912QR24R0035
Source: Members Only
Follow
Mowing, Maintenance, Herbicide & Cleaning at Brookville Lake, Indiana
Active
Contract Opportunity
Notice ID
W912QR24R0035
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
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: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 05, 2024 03:04 pm EDT
  • Original Date Offers Due: Apr 26, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 11, 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:
    Brookville , IN 47012
    USA
Description

This Request for Proposal (RFP) is to provide all necessary management, personnel, materials, supplies, tools, equipment, fuel, and vehicles, required to perform Mowing, Maintenance, Cleaning and Herbicide services at Brookville Lake, Indiana in accordance with the Performance Work Statement and Maps.





The Contractor’s services and responsibility shall include all planning, programming, administration, management, supervision, communications, and inspection necessary to assure that all services are conducted in accordance with the contract requirements and all applicable Federal, state, and local laws and regulations.



CONTRACTOR’S SERVICES:

The primary Contractor shall directly perform 40% or more of the services in the Performance Work Statement with their own staff, equipment, materials, supplies, tools, fuel, and vehicles.



LOCATION:

Brookville Lake

10064 Overlook Road

Brookville, IN 47012-7741



In accordance with FAR 52.237-1, Offerors are 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 contract performance, to the extent that the information is reasonably

obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. This RFP is 100% set-aside for Small Businesses under NAICS 561730 ($9.5 Million). One (1) firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be made from this solicitation. Task orders will be issued against the IDIQ contract with the specific tasks and quantities of the services to be provided.



A Site Visit can be scheduled by contacting Stephanie Ison via phone 765-265-0633 or email

stephanie.a.ison@usace.army.mil OR by contacting Anthony Schoenecker via phone

513-214-5420 or email anthony.h.schoenecker@usace.army.mil.



The Base Year will be from date of award through 31 December 2024. This solicitation contains an option clause to allow the Government to extend the awarded contract for up to four additional one-year periods. The one-year option periods are as follows:



Option Year 1: 01 January 2025 through 31 December 2025

Option Year 2: 01 January 2026 through 31 December 2026

Option Year 3: 01 January 2027 through 31 December 2027

Option Year 4: 01 January 2028 through 31 December 2028



One award will be made from this solicitation. The contract award will be based on lowest price.

Proposals will be evaluated on base year plus all options. The price will be reviewed by the Contracting Officer for fairness and reasonableness using price analysis. Price will also be checked for unbalancing of line items. Offerors are cautioned to distribute costs appropriately.



The offeror must complete the entire Price Breakout Schedule (Base and all Option Years).

Proposals will not be accepted for quantities less than the quantities specified in the Price Breakout Schedule. Failure to submit a unit price for all items listed in the Price Breakout Schedule will be considered as a material deviation from the requirements of the RFP and will be rejected.



The offeror shall be licensed to apply herbicides/pesticides in the State of Indiana at the time of the RFP submittal. Valid certification/license to apply herbicides/pesticides in the State of Indiana will be required after award as a submittal.



Proposals are due no later than 26 April at 10:00 AM ET. Please submit proposals electronically to Alyson Klinglesmith at Alyson.m.klinglesmith@usace.army.mil. Fax Submittals will not be

accepted.





Technical questions pertaining to this project shall be posted to ProjNet per the instructions incorporated into the solicitation. Contractors are NOT to contact the TPOCs listed until an award has been made. All questions must be submitted by 22 April 2024 at 10:00 AM Eastern Time.



All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Please begin the registration process immediately to avoid delay of the contract award should your firm be selected.



PLEASE NOTE: SAM is completely free of charge for both registrants and users.

All inquiries and correspondence concerning this solicitation shall be directed to the email listed above.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 05, 2024 03:04 pm EDTSolicitation (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 >