Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
MODIFICATION

F -- STGE, Hazard Tree Removal

Notice Date
4/29/2025 1:55:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6025Q0021
 
Response Due
5/16/2025 9:00:00 AM
 
Archive Date
05/31/2025
 
Point of Contact
Kircher, Adam, Phone: 4026611606
 
E-Mail Address
adam_kircher@nps.gov
(adam_kircher@nps.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Ste. Genevieve National Historical Park: Wilhauk and Kern Property Hazard Tree Removal 140P6025Q0021 (i) This is a combined synopsis/solicitation for commercial items 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 not be issued. (ii) The National Park service is issuing this request for quote (RFQ) 140P6025Q0021, for the performance of tree removal. Tree removal is needed at two separate locations within park boundaries, 1) Wilhauk House (park's headquarters building), and 2) Kern House. A total of twenty-three (23) trees will need to be removed from these two locations - sixteen (16) trees at park headquarters, seven (7) trees at the Kern House. Each tree must be removed as close to the ground as possible. Stump grinding is not required. Work shall be completed in accordance with the provided Scope of Work (SOW). All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6025Q0021 and is issued as a Request for Quotation (RFQ) under Part 13 Simplified Acquisitions. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. The FAC is available at https://www.acquisition.gov/FAR. (iv) This requirement has been set aside as a Service-Disabled Veteran-Owned Small Business set aside in accordance with FAR 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024), under NAICS Code 561730 - Landscaping Services with a small business size standard of $9.5 M. (v) Line items: 10: STGE: Wilhauk/Kern Hazard Tree Removal (vi) The acquisition is for the tree removal at Ste. Genevieve National Historical Park. Product and services offered to the Government under this purchase shall meet or exceed the requested items in accordance with the attached scope of work (SOW). Interested Parties shall submit quotes to Adam Kircher via email at adam_kircher@nps.gov. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: Period of Performance: Site visits and tree identification will take place during the months of August - October. Mobilization and Tree work/removal will take place during the months of November - March. Location: Ste. Genevieve National Historical Park 1) Wilhauk House (Park Headquarters): 339 St. Marys Rd, Sainte Genevieve MO, 63670 2) Kern House: 19071 US-61, Sainte Genevieve, MO 63670 (viii) The provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition (See ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) in the terms and conditions) Any questions pertaining to this solicitation must be sent via email to adam_kircher@nps.gov on or before May 9, 2025, at 11:00 AM CDT. All questions will be answered in an Amendment to this solicitation and posted on or about May 12, 2025. (ix) 52.212-2, Evaluation-Commercial Products and Commercial Services (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Award will be made in accordance with FAR Part 13 to the offeror that provides the best value to the government based on price, technical, and prior experience. This solicitation is not stating nor required to state the relative importance assigned to each evaluation factor and/or sub factor (FAR 13.106-1(a)(2)). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. (xi) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: FAR 52.212-4 (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. (xii) All Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-17, 52.204-10, 52.204-27, 52.204-28, 52.204-30,52.209-6, 52.219-27,52.219-28 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.225-1, 52.225-3, 52.225-13, 52.226-8, 52.232-34, 52.240-1 and the following clauses in paragraph (c) 52.222-41, 52.222-42, 52.222-55, 52.222-62, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. (xiii) The Contractor shall comply with the attached terms and conditions applicable to acquisitions of commercial items. Offerors are to see the complete solicitation package for full terms and conditions and attachments. Attachments included: 1. Scope of Work 2. SCA Wage Determination 3. SF-18 (Terms and Conditions) (xiv) N/A (xv) All offers must be submitted by the due date in order to be considered. Quotes are due on or before May 16, 2025, at 11:00 AM CDT. Quotes shall be submitted electronically to adam_kircher@nps.gov (xvi) Contract Administration Data Adam Kircher Contracting Officer DOI, National Park Service - Contracting Operation Central (ConOps-Central) Major Acquisition Buying Office - MWRO Phone: 402-800-8120 Email: adam_kircher@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e6c8277782642689631e26334abfbaa/view)
 
Place of Performance
Address: 339 St.Marys Rd, STE. GENEVIEVE, MO 63670, USA
Zip Code: 63670
Country: USA
 
Record
SN07424241-F 20250501/250429230049 (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.