Missouri Bids > Bid Detail

Mark Twain Lake Land and Vegetation Management Services

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159476425260597
Posted Date: Feb 20, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/e1d0e6f38f...
Follow
Mark Twain Lake Land and Vegetation Management Services
Active
Contract Opportunity
Notice ID
W912P924R0013
Related Notice
W912P924R0013
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST ST LOUIS
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 20, 2024 03:00 pm CST
  • Original Published Date: Feb 01, 2024 10:18 am CST
  • Updated Date Offers Due: Mar 01, 2024 10:00 am CST
  • Original Date Offers Due: Mar 01, 2024 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 16, 2024
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: F006 - NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Monroe City , MO 63456
    USA
Description View Changes

Q&A



Q. What are the insurance requirements.



A. Since this isn't a construction effort, insurance isn't required.



Q. Mobilization was not included as a line item.



A. Mobilization costs need to be included with the respective bid items. There is no mob/demob line because this isn't construction.



Q. Was a Labor category established for the contract as pertaining to the Prevailing Wages?



A. There is no labor category established....there is a wage rate table in the solicitation.





Solicitation Number: W912P924R0013 – Request for Proposals





The requirement is for a 100% small business set-aside, competitive 8(a) solicitation, under NAICS code 561730. The size standard for this NAICS codes is $9.5M.





Description: This is a non-personal services contract to provide land and vegetation maintenance services at Mark Twain Lake, located in Monroe and Ralls Counties in Missouri. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.





Basis for award: The Government will award a contract resulting from this solicitation on the basis of comparative evaluation price of responsible offers whose service meets the requirements as listed in the performance work statement, bid schedule and past performance.





The Government will award a Single Award, Firm-Fixed Price, Indefinite Delivery – Indefinite Quantity (IDIQ) contract resulting from this solicitation to the 8(a) certified responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers, Price and Past Performance.








    1. Offerors shall provide a pricing schedule, consistent with the bid sheet format, to include all BASE and OPTIONAL contract line items. The Offeror’s pricing schedule shall include all necessary pricing assumptions to include any applicable conditions that have been stipulated and/or exemptions that have been taken from the RFQ. All provided pricing shall incorporate direct equipment/material costs, G&A, Subcontractor costs, and all other direct costs as applicable.










    1. Each Offeror shall provide past performance examples for three (3) past or current projects completed, or substantially complete (50% or more), within the last five (5) years (from the solicitation issue date) which are similar to the requirements contained in the Scope of Work. All submitted past performance examples shall include:












      1. Project Name, Contract/Task Order Number

      2. Contract Dollar Value

      3. Period of Performance

      4. Description of Work

      5. A brief narrative that addresses how the work performed is similar in scope to the contract requirements.










  1. Examples for submission of past performance reports include, but not limited to, Contractor Performance Assessment Reports (CPARs) or Past Performance Questionnaires (PPQs).





The selection process for this project is Comparative Evaluation, IAW FAR 13.106-2(b)(3).





Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFP. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits.





The government intends to award a contract without discussions with respective offerors. The



government, however, reserves the right to conduct discussions if deemed in its best interest.



Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and past performance standpoint. The Government reserves the right to conduct discussions if later the Contracting Officer determines to be necessary. The Government may reject any and all offers if such is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in received offers.







DETERMINATION OF RESPONSIBILITY REQUIREMENTS



In accordance with FAR 9.104-1 General Standards:



To be determined responsible, a prospective contractor must –



(a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a)).





(b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments.





(c) Have a satisfactory performance record (see 9.104-3(b) and subpart 42.15). A prospective contractor shall not be determined responsible or non-responsible solely based on a lack of relevant performance history, except as provided in 9.104-2.





(d) Have a satisfactory record of integrity and business ethics (for example, see subpart 42.15).





(e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a).)





(f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and





(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at 9.108).





All quoters must submit the following:



• Completed Price Schedule



• Completed Past Performance Requirement





Period of Performance:



The period of performance shall be for five (5) one-year ordering periods. Performance shall take place at: The work to be performed under this contract will be performed at Mark Twain Lake, MO.





Site Visit: A site visit will be held on Friday, February 16th, 2024 at 10:00 AM (CST) at the Mark Twain Lake Project Office. No registration is necessary, but you may let us know you are going to attend if you choose. Please let Elena.C.Coleman@USACE.ARMY.MIL know if you choose.





Mark Twain Lake Project Office



20642 Highway J



Monroe City, MO 63456





Questions: Please provide your questions by Monday, February 19th, 2024, by 10:00 AM



(CST). Questions can be provided electronically to Contract Specialist (Elena Coleman) to the



email address below. All inquiries will be answered in writing and provided to all Offerors via



Contract Opportunities at www.beta.sam.gov





Offerors are required to be actively registered with the System for Award Management



(SAM) at https://beta.sam.gov/ prior to award. Offerors are highly encouraged to download and review all attachments to this solicitation prior to submitting an offer.





Please submit all proposals electronically to Contract Specialist, Elena Coleman, at the below email address by 10:00 AM (CST) on Friday, March 1st, 2024. The electronic proposals and documents shall be in Portable Document Format (PDF) compatible with Adobe Reader.





Proposals should be emailed:



Email: Elena.C.Coleman@usace.army.mil





The Government reserves the right to cancel this solicitation.





Please fill out information below:



8(a) certified (YES/NO)





Contractor's Name: ____________________





Address: ____________________



_____________________________





Contractor's Phone #: ________________





Contractor's Email address: ____________________________





Tax ID #: ___________________





Cage Code: ______________________





UEI Number: ________________________







Contractor Signature. ___________________________




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1222 SPRUCE STREET
  • SAINT LOUIS , MO 63103-2833
  • 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 >