Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912QR19T0063
This Request for Quote (RFQ) is for a Contract to provide all labor, materials and equipment necessary to perform mowing and maintenance services, to include snow and ice removal, at McAlpine Locks an...
This Request for Quote (RFQ) is for a Contract to provide all labor, materials and equipment necessary to perform mowing and maintenance services, to include snow and ice removal, at McAlpine Locks and Dam at 805 North 27th Street, Louisville, KY 40212. All work shall be performed in strict compliance with the attached specifications and all other terms, clauses and conditions incorporated herein. Note: This solicitation contains an option clause to extend the awarded contract for up to two (2) addition one-year periods. The one-year option periods are as follows: Option Year One (1): 01 January 2020 through 31 December 2020 Option Year Two (2): 01 January 2021 through 31 December 2021 One award will be made from this RFQ. The Contract type is a Firm Fixed Price. This procurement is 100% set-aside for Small Business, NAICS 561730 ($7.50M). Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account specified by the Contractor. Quotes 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 (base year and option years) will be considered as a material deviation from the requirements of the RFQ and the quote will be rejected. An additional excel spreadsheet is provided for convenience in filling out the price breakout schedule. Offerors may choose to either submit the excel file or fill out the price breakout schedule within this solicitation for pricing. Note: The contract award will be based on Low Price to the Government. The offeror shall complete the price breakout or the provided excel spreadsheet. The total evaluated price will be determined by adding the total base plus all options price from the price breakout schedule. The price will be reviewed by the Government for reasonableness and realism through the use of price analysis. Price will also be checked for unbalancing of line items. Offerors are cautioned to distribute costs appropriately. Award will not be made to Offerors who do not provide reasonable and realistic prices for all line items listed in the price breakout schedule. Submit Quotes to: U.S. Army Corps of Engineers Room 821, ATTN: Samantha D. Harrison 600 Dr. Martin Luther King, Jr. Place Louisville, KY 40202 Quotes are due on 16 May 2019 at 01:00 PM Eastern Time. Fax submittals will not be accepted. Electronic submittals will be accepted and may be emailed to samantha.d.harrison@usace.army.mil For contractual/technical questions, please contact Samantha D. Harrison by e-mail at samantha.d.harrison@usace.army.mil. Interested contractors are highly encouraged to attend a Site Visit. Site visits may be scheduled prior to the due date for submitting proposals and during normal working hours (7:00AM - 4:30PM Eastern Time) by contacting Dewey Takacy at (502)774-3514. Please note that the site visit is not an opportunity for questions or clarifications regarding this solicitation. All questions shall be submitted to Samantha D. Harrison through email at samantha.d.harrison@usace.army.mil. Note: Clause 52.223-2 "Affirmative Procurement of Biobased Products Under Service and Construction Contracts" is incorporated in this solicitation. Reporting by the contractor is required no later than October 31 of each year during contract performance and at the end of the contract performance." 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 for processing their registration. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective April 29, 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. 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 (known as DUNS). 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). PLEASE NOTE: SAM is completely free of charge for both registrants and users. Note: Page numbering in this solicitation may not be accurate.