The RFP Database
New business relationships start here

JT MYERS MOWING & MAINTENANCE


Kentucky, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This Request for Quote (RFQ) is for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to provide all necessary management, personnel, materials, supplies, tools, equipment, fuel, and vehicles, except as otherwise provided herein, required to perform mowing and trimming services, in accordance with the Performance Work Statement and Maps.

Note 1: For the Base period, the Government hereby obligates itself to obtain not less than $3,500.00 in services. Option Years 1 - 4 will be for time extensions only.


Note 2: This solicitation contains an option clause to extend the awarded contract for up to four (4) additional one year periods. The one-year option periods are as follows:


Option Year 1: 01 January 2020 through 31 December 2020
Option Year 2: 01 January 2021 through 31 December 2021
Option Year 3: 01 January 2022 through 31 December 2022
Option Year 4: 01 January 2023 through 31 December 2023


LOCATION:
U.S. Army Corps of Engineers John T. Myers Locks & Dam
16501 Raben Road
MT. Vernon, IN. 47620


One award will be made from this RFQ. The contract type is a Firm Fixed Price, Indefinite Delivery Indefinite
Quantity (IDIQ). An IDIQ contract provides for an indefinite quantity, within stated limits, of supplies or services during a fixed period. The Government places orders for individual requirements. The quantities listed within the price breakout schedule are the quantity limits serving as the max capacity for this contract per FAR 16.504.


This procurement is 100% set-aside for Small Business, NAICS 561730 ($7.5 Million).


Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account specified by the Contractor.


The contract award will be based on Best Value to the Government. Factors to be considered are Past Performance and Price.


The Offeror must complete the Price Breakout schedule. In addition to the completed price breakout schedule/price quote, the Offeror must complete and submit the forms located in Exhibit F of this solicitation. All evaluation factors, other than price, when combined are considered equal to price.
The solicitation will be available on the web only. Telephone and FAX requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Amendments will be available from the FBO website by download only. Downloads are available only through the FBO website.


Submit Quotes to: U.S. Army Corps of Engineers
Room 821, ATTN: Samantha D. Harrison
600 Dr. Martin Luther King Jr. Place
Louisville, KY 40202


Quotes are due on 30 April 2019 @ 1300 Eastern Standard Time. Fax submittals will not be accepted. Electronic submittals will be accepted and may be emailed to samantha.d.harrison@usace.army.mil.


Site Visit. Interested contractors are highly encouraged to schedule a Site Visit. Site visits may be scheduled prior to the due date for submitting proposals by contacting the Technical Point of Contact (TPOC) Mr. Dallas Jackson at (812)838-5836 or dallas.w.jackson@usace.army.mil.


Please note that the site visit is not an opportunity for questions or clarifications regarding this solicitation.


For contractual questions, please contact Samantha Harrison by email at samantha.d.harrison@usace.army.mil.


All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer - System for Award Management, which indicates "All payments by the Government under this contract shall be made by electronic funds transfer (EFT)." Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.
Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.


ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.


Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) with 30 days of activation or the vendor risks no longer being active in SAM.


PLEASE NOTE: SAM is completely free of charge for both registrants and users.


Samantha D. Harrison, Contract Specialist, Phone 5023156606, Email samantha.d.harrison@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP