North Dakota Bids > Bid Detail

Landscaping Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159513501663865
Posted Date: Sep 8, 2023
Due Date: Sep 19, 2023
Solicitation No: W50S88-23-Q-0127
Source: https://sam.gov/opp/d48a82a31c...
Follow
Landscaping Services
Active
Contract Opportunity
Notice ID
W50S88-23-Q-0127
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NT USPFO ACTIVITY NDANG 119
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 08, 2023 10:56 am CDT
  • Original Date Offers Due: Sep 19, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F008 - NATURAL RESOURCES/CONSERVATION- RECREATION SITE MAINTENANCE (NON-CONSTRUCTION)
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Fargo , ND 58102
    USA
Description

(i) In accordance with FAR 12.603(c)(2): 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; proposals are being requested and a written solicitation will not be issued.



(ii) This solicitation, W50S88-23-Q-0127, is being issued as a Request for Quotation (RFQ).



(iii) This solicitation document, which incorporates provisions and clauses for commercial items, are those in effect through Federal Acquisition Circular (FAC) 2023-04, effective 09/07/2023.



(iv) This procurement is a 100% Total Small Business set-aside. The associated NAICS code is 561730 and the small business size standard is $9.5M.



(v) Line-item numbers and items, quantities, and units of measure:



Line Item: 0001



Description: Landscaping Services



Qty: 1



UofM: JOB



(vi) Description of requirements for the services required: The lawn surrounding Building 340 located at the 119th Wing/North Dakota Air National Guard has died and efforts to restore the grass have not been successful. After several years of unsuccessful seeding and watering, the 119th Wing requires the existing landscape surrounding Building 340 (approximately 31,690 square feet) to be tilled, hydroseeded, and maintained until the grass becomes fully established. The Government intends to award a Firm Fixed Price contract for these services based on Best Value to the government, with price and other factors considered. See the attached PWS for a complete description of all required services.



(vii) Date(s) and place(s) of delivery and acceptance:



Landscaping services are estimated to begin between the dates of September 25th-September 29th, 2023 and will take place at the 119th Wing / North Dakota Air National Guard located at 1400 32nd Ave. North, Fargo, ND 58102-1051.



(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition; addenda are attached below.



ADDENDUM TO FAR 52.212-1 Instructions to Offerors-Commercial Items:



Offerors shall prepare their quotations IAW FAR 52.212-1. In addition, prepared quotes shall include the following information:




  1. UEI Number.

  2. Federal Tax ID Number.

  3. CAGE Code.

  4. Contractor’s Legal Name.

  5. Payment Terms (NET 30) or Discount.

  6. Point of Contact (POC) name, phone number, and email address.



**Quotations must be emailed to and received by the individuals identified in paragraph xvi by the solicitation closing date and time identified in paragraph xv.



(ix) The provision at 52.212-2, Evaluation-Commercial Services applies to this acquisition. Evaluation of offers/quotes received will be conducted using Simplified Acquisition Procedures IAW with FAR Part 13.106-2. Evaluation factors are listed below.



Evaluation-Commercial Services



Basis of Award: 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 in terms of “Best Value”, with price and other factors considered. The following factors shall be used to evaluate offers:



- Price



- Technical Acceptability



- Past Performance



Price: Prices will be evaluated utilizing one or more of the methods in FAR 13.106-2. For an offeror to receive the award, prices must be determined to be fair and reasonable.



Technical Acceptability: The Government will evaluate the technical acceptability of services offered in accordance with this solicitation. All interested parties are requested to submit details of your firm's ability to provide and deliver the services requested in accordance with the associated PWS.



Past Performance: The Government will evaluate the past performance based on one or more of the methods identified in FAR 13-106-2. For an offeror to receive the award, Past Performance must be determined to be acceptable by the Contracting Officer.



*Technical acceptability and past performance is approximately equal when compared to cost or price.



(x) Offerors are advised to 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 clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. Provisions and clauses can be viewed at https://acquisition.gov.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Provisions and clauses can be viewed at https://acquisition.gov.



(xiii) Offerors must be SAM registered to be considered as eligible for any resultant contract award. See the associated PWS for a complete description of the required services. 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, whether or not there are exchanges after its receipt, unless a written notice of withdrawal is received before award. Contract award may be made without discussions.



MANDATORY SITE VISIT: ANY Interested Party who intends on submitting a quote in response to this RFQ is required to attend a MANDATORY SITE VISIT that is scheduled for 10:00 A.M. Central Standard Time (CST) on Thursday, September 14th, 2023 at the address identified above in paragraph vii. IMPORTANT: Any Interested Party who wishes to attend the mandatory site visit must provide the full legal name and date of birth for each individual that will be attending to the two individuals listed below in paragraph xvi no later than 4:00 P.M. CST on Tuesday, September 12th, 2023. Contractor and all associated sub-contractors’ employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Air Force Instruction (AFI) 10-245, AFI 31-101 and Air Force Manual (AFMAN) 31-113), applicable installation, facility and area commander installation/facility access and local security policies and procedures. All interested parties who submit the required information will be provided instructions via email pertaining to the Site Visit that will be taking place at 10:00 A.M. CST on Thursday, September 14th. Quotes received from any Interested Party who does not attend this Mandatory Site Visit will not be considered for contract award.



(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.



(xv) Any questions concerning this solicitation must be received in writing by the Contracting Officer no later than 12:00 P.M. Central Standard Time (CST) on Friday, September 15th, 2023. Any questions received after this date and time will not be answered. Quotes in response to this solicitation are to be submitted and received electronically via email by 3:00 P.M. Central Standard Time (CST) on Tuesday, September 19th, 2023. Quotes that are received after this date and time will not be accepted for consideration of contract award. Submission of a quote does not obligate the Government to make an award.



(xvi) Contact information for the individual(s) to contact for information regarding this solicitation:



Capt Brian Erdmann MSgt Tamara Stavenes



Contracting Officer Contract Specialist



brian.erdmann@us.af.mil tamara.stavenes@us.af.mil


Attachments/Links
Attachments
Document File Size Access Updated Date
PWS Landscaping Services Final 08SEP2023.pdf (opens in new window)
507 KB
Public
Sep 08, 2023
Landscaping Services - Combo 08SEP2023.pdf (opens in new window)
169 KB
Public
Sep 08, 2023
file uploads

Contact Information
Contracting Office Address
  • KO FOR NDANG DO NOT DELETE 1400 28TH AVE N
  • FARGO , ND 58102-1051
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 08, 2023 10:56 am CDTCombined Synopsis/Solicitation (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 >