Ohio Bids > Bid Detail

Caesar Creek M&M / Cleaning

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159709523754996
Posted Date: Mar 29, 2024
Due Date: Apr 12, 2024
Solicitation No: W912QR24R0043
Source: https://sam.gov/opp/6d6709ccb1...
Follow
Caesar Creek M&M / Cleaning
Active
Contract Opportunity
Notice ID
W912QR24R0043
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST LOUISVILLE
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 (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 29, 2024 01:17 pm EDT
  • Original Published Date: Mar 29, 2024 01:17 pm EDT
  • Updated Date Offers Due: Apr 12, 2024 10:00 am EDT
  • Original Date Offers Due: Apr 12, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 27, 2024
  • Original Inactive Date: Apr 27, 2024
  • 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:
    Waynesville , OH 45068
    USA
Description

This Request for Quote (RFQ) is for a contractor to provide Mowing, Maintenance and Cleaning Services

for Caesar Creek Lake, Ohio in accordance with the Performance Work Statement and Maps. The

contractor’s services and responsibility shall include all necessary management, personnel, materials,

supplies, tools, equipment, fuel, and vehicles, required to perform all planning, programming,

administration, management, supervision, communications, and inspection necessary to assure that all

services are conducted in accordance with the contract requirements and all applicable Federal, state, and

local laws and regulations.

LOCATION:

Caesar Creek Lake

4020 N. Clarksville Road

Waynesville, OH 45068





This RFQ is 100% set-aside for Small Businesses under NAICS 561730; Size Standard: $9,500,000.00.

One (1) firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be made from this

solicitation. The basis of award will be Lowest Total Price (Total of the Base Year and all Option Years).

Task orders will be issued against the IDIQ contract with the specific tasks and quantities of the services

to be provided.





The Base Year will be from date of award through 31 December 2024. This solicitation contains an

option clause to allow the Government to extend the awarded contract for up to four additional one-year

periods.





For the base period, the Government obligates itself to obtain not less than $2,000.00 in services. The

Minimum Guarantee is $2,000.00 for the base period only. There is no guaranteed minimum for the

option periods, if exercised.





Quotes are due no later than 12 April 2024 at 10:00 AM ET. Please submit quotes to Andrew Fleming at

andrew.j.fleming@usace.army.mil. Fax Submittals will not be accepted.





For contractual questions, please follow the instructions for ProjNET below.





All contractors must be registered in the System for Award Management (www.SAM.gov) prior to

submitting a quote. Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a

commercial bank account specified by the Contractor. All 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.





Page Numbering may not be sequential.



SITE VISITS ARE HIGHLY ENCOURAGED.

In accordance with FAR 52.237-1, 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.



The performance work statement contains the measurements and location of this project for reference.

It is highly recommended each offeror attends a site visit. The contractor assumes responsibility for all

quantities, materials, critical dimensions, and site conditions used to calculate their quote and perform

the requested work. All contractors may call the Point of Contact (POC) for an appointment. The

POC’s contact information is as follows:

POC: Jim O’Boyle

Phone: 513.897.1050

James.F.OBoyle@usace.army.mil


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
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 >