North Dakota Bids > Bid Detail

Pembina LPOE Ground Maintenance Designated Area of Duty Free Area and parking- Lawn and Snow with Option Year

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159194688190742
Posted Date: Nov 9, 2023
Due Date: Dec 12, 2023
Source: https://sam.gov/opp/df8316f9e6...
Follow
Pembina LPOE Ground Maintenance Designated Area of Duty Free Area and parking- Lawn and Snow with Option Year
Active
Contract Opportunity
Notice ID
47PJ0024R0012
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R8 ACQUISITION MANAGEMENT DIVISION
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 09, 2023 09:59 am CST
  • Original Response Date: Dec 12, 2023 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 27, 2023
  • 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:
    Pembina , ND 58271
    USA
Description

SOLICITATION NUMBER: 47PJ0024R0012



PROJECT TITLE: Pembina LPOE Ground Maintenance- Snow and Lawn included



DESCRIPTION OF PROPOSED WORK: The purpose of this project is to remove all snow and ice around the duty free building and outbound parking area and lawn maintenace in summer.



MAGNITUDE OF CONSTRUCTION: This project is estimated to be between $25,000 and $100,000.



NAICS CODE AND DESCRIPTION: 561730, Groundskeeping servies, Lawn and Snow Contractors



SMALL BUSINESS SIZE STANDARD: $9.5 million



TYPE OF SET-ASIDE: This procurement is a total small business set-aside. Offers from other businesses including



large business will not be considered.



LOCATION OF THE WORK: Pembina, Pembina County, North Dakota



TENTATIVE DATES:



Estimated Issuance of Solicitation: 11/24/23



Estimated Offer Due Date: 12/12/23



PROCEDURES FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the Solicitation will be most advantageous to the Government,Price and other factors considered



PLAN AVAILABILITY: The solicitation will be available for electronic download at no charge from the System for Award Management website at sam.gov under “Contract Opportunities”.



FEE FOR SOLICITATION DOCUMENTS: Solicitation documents are available at no charge.



AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the GPE site at sam.gov for the release of any amendments.



AWARD RESTRICTIONS: This procurement is offered for competition limited to small business concerns.



SITE VISIT: Interested parties should arrange a site visit by contacting Theuns Steyn by email at theuns.steyn@gsa.gov or by telephone at (303)236-0433.



BONDING: In accordance with FAR 28.102, if the contract exceeds $35,000 but does not exceed $150,000, a payment bond or alternative payment protection is required in the amount of the award. If a bid guarantee is required to be submitted with your offer, any contract awarded will require a performance bond and payment bond as specified in the Agreement. Offerors who utilize individual sureties should note the requirement for a certified, audited,financial statement for each person acting as an individual surety under clause FAR 52.228-1 Bid Guarantee and the requirements of clause FAR 52.228-11 Pledges of Assets.



SECURITY: All contractors will be required to comply with the appropriate level of security clearance in accordance with Homeland Security Presidential Directive 12.



BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project.



ELIGIBLE OFFERORS: All responsible small business firms may submit a proposal which shall be considered by the agency.



All prospective offerors are also required to use the System for Award Management (SAM) in federal solicitations as a part of the proposal submission. You may access SAM via the following URL, www.sam.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • R8 ACQUISITION MANAGEMENT DIVISION 1 DENVER FEDERAL CENTER
  • LAKEWOOD , CO 80225
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 09, 2023 09:59 am CSTPresolicitation (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 >