Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOLICITATION NOTICE

S -- PROVIDE LANDSCAPING SRVCS @ FOMO COMPLEX

Notice Date
4/18/2025 9:34:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
SER EAST MABO(51000) ATLANTA GA 30303 USA
 
ZIP Code
30303
 
Solicitation Number
140P5125R0006
 
Response Due
5/9/2025 10:00:00 AM
 
Archive Date
05/10/2025
 
Point of Contact
Dingle, Edward, Phone: 4045075747
 
E-Mail Address
edward_dingle@nps.gov
(edward_dingle@nps.gov)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6. Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. The National Park Service, Contracting Operations East has a requirement to provide Landscaping Services for Fort Moultrie National Historic Site, and the United States Coast Guard Life Saving Station located on Sullivan's Island, South Carolina and Charles Pinkney National Historic Site Mt. Pleasant, South Carolina. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 dated January 17, 2025. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 - Landscaping Services with a small business size of $9,500,000.00. The Product Service Code (PSC) is S208: Landscaping/groundskeeping. The contractor must have current Representation and Certifications in SAM.gov, submitted with proposals. The Government contemplates the award of a single Firm-Fixed Price Contract using the best value � Lowest Priced Technically Acceptable (LPTA) source selection procedures. All eligible and responsible sources may submit a proposal, which if timely received, shall be considered by the Agency. Companies must have valid Unique Entity Identifier and be registered with System for Award Management (www.sam.gov). SAM.gov offers free services. An offeror must ensure that they are self-certified under NAICS Code 561730 in the Representations and Certifications portion of SAM.gov. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. The ESTIMATED period of performance will be twelve months (With one option year periods). A site visit is scheduled, and prospective offerors are HIGHLY encouraged to visit the site to satisfy themselves as to the conditions of the site before submitting a proposal. Attachment 0006 covers the site information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d50187d3698649f9b421ca2e3351ad09/view)
 
Place of Performance
Address: 1214 Middle Street, Sullivans Island, SC 29482, USA
Zip Code: 29482
Country: USA
 
Record
SN07414117-F 20250420/250418230044 (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.