Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOLICITATION NOTICE

S -- W15QKN-25-Q-A038 Grounds Maintenance Services Lewes DE (DE002)

Notice Date
4/30/2025 4:56:13 AM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN25QA038
 
Response Due
5/14/2025 11:00:00 AM
 
Archive Date
05/29/2025
 
Point of Contact
Alyssa Hampton, Edward Sherwood, Phone: 6095623195
 
E-Mail Address
alyssa.l.hampton2.civ@army.mil, edward.l.sherwood4.civ@army.mil
(alyssa.l.hampton2.civ@army.mil, edward.l.sherwood4.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS REQUIREMENT IS A TOTAL 100% SET ASIDE FOR SMALL BUSINESS AND IS SUBJECT TO THE AVAILABILITY OF FUNDS IAW FAR PART 52.232-18 1. Solicitation number W15QKN-25-Q-A038 for Grounds Maintenance Services in Lewes, DE is being solicited, utilizing procedures set forth in Federal Acquisition Regulation (FAR) Part 12 (Acquisition for Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). 2. The purpose of this Solicitation is to procure Grounds Maintenance Services in support of the 99th Regional Support Command (RSC) at the Cape Henlopen United States Army Reserve Center (USARC) / Army Maintenance Support Activity (AMSA) #84 (G), located at 1137 Savannah Road Lewes, DE 19958-1521. The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation and other items and nonpersonal services necessary to provide grounds maintenance services in accordance with the Performance Work Statement (PWS). The North American Industry Classification System (NAICS) code that applies to the principal nature of the acquisition is 561730 - Landscaping Services - Size Standard of $9,500,000.00. 3. The Government intends to award a single, Firm,-Fixed-Price (FFP) contract. The period of performance for this effort shall be a 12-month base period and four, 12-month option periods from date of contract award. 4. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.sam.gov. 5. See Federal Acquisition Regulation (FAR) Clause 52.212-1, ""Instructions to Offerors -- Commercial Items"" and FAR 52.212-1, Addendum for additional information. 6. See FAR Clause 52.212-2, ""Evaluation - Commercial Items"" and FAR 52.212-2, Addendum for additional information and evaluation criteria. 7. A site visit is HIGHLY ENCOURAGED. The date and time for a site visit is 06 MAY 2025 9:30 AM EST to 12:00 PM EST. All notifications to attend shall be submitted via e-mail at least 24 hours prior to the scheduled Site Visit date/time to the following: Danielle Barrett, Email: danielle.e.barrett.civ@army.mil . 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. If you cannot reach the RFOS for a site visit please contact both Alyssa Hampton, Contract Specialist at Alyssa.l.hampton2.civ@army.mil , Edward Sherwood, Contracting Officer at edward.l.sherwood4.civ@army.mil. All notifications to attend a visit shall be submitted via e-mail at least 24 hours prior to the scheduled Site visit. 8. All inquiries and questions regarding this solicitation shall be submitted via email by COB 07 MAY 2025 to BOTH Alyssa Hampton, Contract Specialist at Alyssa.l.hampton2.civ@army.mil, and Edward Sherwood, Contracting Officer at edward.l.sherwood4.civ@army.mil during the solicitation phase of this requirement. Inquires/questions shall only be submitted via email to the Contracting Officer and Contract Specialist during the solicitation phase of this requirement. Do not send questions/inquires to the COR during the solicitation phase. 9. COMPLETING A QUOTE FOR SUBMITTAL a. Quotes are due no later than the date and time listed in Standard Form (SF) 1449, Block 8 and shall be submitted via email. Local time for this requirement is Eastern Standard Time (EST). No other forms of delivery proposal will be accepted or reviewed by the Government other than those delivered by means expressed in Solicitation W15QKN-25-Q-A038 (SUCH AS E-MAIL DELIVERY ONLY.) b. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. c. Offeror shall submit a signed SF 1449 (Blocks 30a, 30b and 30c). In addition, the contractor shall sign and acknowledge any solicitation amendments. In doing so, the Offeror accedes to the contract terms and conditions as written in the Solicitation. d. The Offeror shall provide a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the SF1449 Continuation Sheets of the solicitation. e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. f. Offeror should provide their DUNS number, CAGE code, Federal TIN and any small business preference or socioeconomic designations (8a certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code, see block SF1449 Block 10. g. See FAR 52.204-24, 52.204-25, and 52.204-26. As a result of interim FAR rule 2019-0009, published on 14 July 2020, and effective on 13 August 2020, Section 889(a)(1)(B) Prohibition on Contracting with Entities Using Certain Telecommunications and Video Surveillance Services or Equipment Clauses, these clauses are included in full text. When submitting proposal FAR clause 52.204-24, and 52.204-26 must be completed. h. Offeror shall complete ""fill-ins"" in provisions and clauses that apply and submit along with the RFQ response. Failure to provide applicable information may result in the offeror being deemed non-responsive and in-eligible for award. i. Failure to provide any and all information required under this solicitation may result in the offeror being deemed non-responsive, and in-eligible for award. 10. All services shall be performed in accordance with the PWS. 11. All offers shall remain valid for 120 calendar days from solicitation close date. 12. Attachment(s): Attachment 0001: Site Map DE002 Attachment 0002: PWS DE002 Attachment 0003: Wage Determination 2015-4271 Rev 28
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/592dd97831dc4be1bf9b39f6a466d953/view)
 
Place of Performance
Address: Lewes, DE 19958, USA
Zip Code: 19958
Country: USA
 
Record
SN07426226-F 20250502/250430230044 (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.