Reclaim Existing Landscaping at Main Building #1

Agency:
State: Mississippi
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159711129940633
Posted Date: Apr 24, 2024
Due Date: May 9, 2024
Solicitation No: 12405B24Q0124
Source: Members Only
Reclaim Existing Landscaping at Main Building #1
Active
Contract Opportunity
Notice ID
12405B24Q0124
Related Notice
Department/Ind. Agency
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 24, 2024 03:37 pm CDT
  • Original Date Offers Due: May 09, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Stoneville , MS 38776
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; Request for Quotation (RFQ) are being requested, and a written solicitation document will not be issued.



The solicitation number is 12405B24Q0124 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03.



This is a 100% Total Small Business Set Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $9.5mil.



The USDA, ARS, Jamie Whitten Delta States Research Center (JWDSRC), Stoneville, MS location is seeking contractor who shall provide all equipment, tools, and labor necessary to:




  • Reclaim existing Landscaping to include, but not limited to, cleaning of leaves and debris, shrub trimming, weeding, straw placement, re-establishing existing hard surfaces, and spraying pre-emerge/post emerge, and plant new shrubs within the identified Plant Zone. Descriptions of specific landscaping needed for the Plant Zone is shown in Statement of Work (SOW). Work shall be performed in accordance with attached Statement of Work (SOW). All cleanup debris shall be removed and disposed off-site. Upon completion, the Plant Zone shall be clean, weeded and all new plants shall be alive and thriving.



Project Location:



USDA, ARS, Jamie Whitten Delta States Research Center (JWDSRC) Main Building #1



141 Experiment Station Road



Stoneville, MS 38776



Site Visit: Bidders are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The site visit shall be for the purpose of observing firsthand any conditions relevant to the completion of this project. No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable



To schedule a Site Visit, please contact In Advance, Scott Feutz at (662)820-1955 or scott.feutz@usda.gov.



Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM.



In order to be considered for award, Offerors shall respond by submitting:




  • Fully completed and signed SF18 Offer page to include price in block 11(e) and 11(f); acknowledgment of any amendments (if applicable).

  • Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price and delivery costs as well as any applicable duties, brokerage, or customs fees. Items delivered FOB Destination inclusive of all costs.

  • Provide SAM Unique Entity Identifier (UEI) number, CAGE Code, and Tax Identification Number (TIN).



Quotation must be valid for at least 60 days after receipt of quotation.



Rejection of Quotation. Failure to demonstrate compliance will be cause to reject the quotation without further discussion. All responsible sources may submit an offer and will be considered.



The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.



The following solicitation provisions apply to this acquisition: 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services, 52.212-2, Evaluation—Commercial Products and Commercial Services, 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Equal Opportunity for Workers with Disabilities, 52.222-37, Employment Reports on Veterans, 52.223-1, Biobased Product Certification, 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts, 52-223-4, Recovered Material Certification, 52.223-15, Energy Efficiency in Energy-Consuming Products, 52.223-17, Affirmative Procurement of EPA-designated items in Service and Construction Contracts, 52.225-13, Restrictions on Certain Foreign Purchases, 52-232-33, Payment by Electronic Funds Transfer-System for Award Management, 52.233-3, Protest after Award, 52.252-1, Solicitation Provisions Incorporated by Reference.



The Government anticipates award of a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotations will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quotation represents the best value as a whole. The Government has the discretion to accept other than the lowest priced quotation that provides additional benefits.



Any questions regarding this solicitation should be forwarded in writing via e-mail to Contract Specialist, Monte Jordan @ monte.jordan@usda.gov referencing solicitation 12405B24Q0124. Telephone inquiries will not be accepted. Questions must be received not later than 12:00 p.m. CDT, May 6 , 2024.



Submission of Quotation shall be received not later than 3:00 p.m. CDT, May 9, 2024. Quotation must be emailed to Contract Specialist, Monte Jordan @ monte.jordan@usda.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).



Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation.



Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM. Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History

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 >