Missouri Bids > Bid Detail

Mowing and Snow Service

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159435512692632
Posted Date: May 8, 2023
Due Date: May 10, 2023
Solicitation No: 12505B23Q0118
Source: https://sam.gov/opp/9798a0e9dc...
Follow
Mowing and Snow Service
Active
Contract Opportunity
Notice ID
12505B23Q0118
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 08, 2023 03:37 pm EDT
  • Original Published Date: May 03, 2023 07:40 pm EDT
  • Updated Date Offers Due: May 10, 2023 05:00 am EDT
  • Original Date Offers Due: May 10, 2023 05:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 25, 2023
  • Original Inactive Date: May 25, 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:
    Columbia , MO 65203
    USA
Description View Changes

**The purpose of this amendment is to define quantities for line items**



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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0118 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 dated March 16, 2023. This solicitation will be a Total Small Business set aside. The associated NAICS code is 561730 (Landscaping Services), with a small business size standard of $9.5 million.



This acquisition is for the following item as identified in the Line Items:



0001) Mowing Services QTY 25 EA



0002) Snow Plow up to 3 inches QTY 4 HR



0003) Snow Plow between 4-7 inches QTY 4 HR



0004) Snow Plow for 7+ inches QTY 4 HR



0005) Additional Truck for heavier snow accumulation QTY 4 HR



0006) Skid Loader for additional equipment QTY 4 HR



0007) Ice Melt QTY 5,000 LBS



1001) Option Year 1 Mowing Services QTY 25 EA



1002) Option Year 1 Snow Plow up to 3 inches QTY 4 HR



1003) Option Year 1 Snow Plow between 4-7 inches QTY 4 HR



1004) Option Year 1 Snow Plow for 7+ inches QTY 4 HR



1005) Option Year 1 Additional Truck for heavier snow accumulation QTY 4 HR



1006) Option Year 1 Skid Loader for additional equipment QTY 4 HR



1007) Option Year 1 Ice Melt QTY 5,000



2001) Option Year 2 Mowing Services QTY 25 EA



2002) Option Year 2 Snow Plow up to 3 inches QTY 4 HR



2003) Option Year 2 Snow Plow between 4-7 inches QTY 4 HR



2004) Option Year 2 Snow Plow for 7+ inches QTY 4 HR



2005) Option Year 2 Additional Truck for heavier snow accumulation QTY 4 HR



2006) Option Year 2 Skid Loader for additional equipment QTY 4 HR



2007) Option Year 2 Ice Melt QTY 5,000 LBS



Description of Work: The USDA, ARS Biological Control of Insects Research Laboratory has a requirement for mowing and snow services in accordance with the Statement of Work. Mowing services is to include mowing all grassy areas on property back to the greenhouse, approximately 4-5 acres. Excluded from mowing are the areas behind the greenhouse, including the pond, fenced in area, and drainage ditches. Snow services to include plowing, shoveling and/or de-icing coverage begins when approximately 3" of snow has fallen and will continue at periodic intervals throughout the storm. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Biological Control of Insects Research Laboratory, located at 1503 S. Providence Road, Columbia and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.



Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services and include a copy of 52.212-3 Offeror Representations-Commercial Products and Commercial Services. Submission of quote shall include the following: (1) Technical and (2) Price.



All responses shall be submitted electronically to joel.maas@usda.gov



The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation—Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.



INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Period of performance is 5/15/2023-5/14/2026.



To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically.



Quotes must be received no later than 5:00 PM Eastern Time on May 10, 2023.



Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM Eastern on May 5, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.



DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.






Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • 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 >