S -- Grass Mowing
Document Type: Presolicitation Notice
Solicitation Number: W911N2-06-R-0036
Posted Date: Oct. 13, 2006
Current Response Date: Nov. 28, 2006
Classification Code: S -- Utilities and housekeeping services
Set Aside: Total Small Business
Naics Code: 561210 -- Facilities Support Services
| RFPs |
The Lawn & Landscape Web site is now featuring requests for proposal to help keep readers even more in the know! These listings, pulled from the federal Web site http://www.fedbizopps.gov, offer commercial accounts in all facets of the green industry. See the latest requests here, and be sure to click on each item's link to get the full synopsis. Come back each week to see what has been added. |
Contracting Office Address
Letterkenny Army Depot, Directorate of Contracting, ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
Letterkenny Army Depot has requirement to provide all Labor & equipment to perform Class I, Class II, and Class III grass mowing in accordance with the Statement of Work. Class I, Class II, Class III grass mowing consists of those plots identified and trimming around concrete barriers.
This contract will be a Firm Fixed Price Requirements type contract. The annotated closing date for the solicitation is an estimated date and may be adjusted dependent upon the release of the solicitation. The solicitation will not close prior to the annotated closing date. There will be a Base Year and Four Option Years.
A site visit will be held on or about Oct. 26, 2006 for venders to review the location where the work is to be performed. All work shall be performed at Letterkenny Army Depot.
Interested parties should contact Barry Smith for a copy of the solicitation at (717) 267-8943 and/or emailed to barry.s.smith@us.army.mil. Solicitation issue date: On or about 27 October 2006. See Government-wide Numbered Note d 1.
Point of Contact
Barry Smith, 717/267-8943
e-mail your questions to Letterkenny Army Depot, Directorate of Contracting at barry.s.smith@us.army.mil
Click here for more information.
99--Mowers and Vacuum, Leaf/Grass Type
Document Type: Combine Solicitation
Solicitation Number: W91ZLK06T0873
Posted Date: Sept. 25, 2006
Current Response Date: Sept. 28, 2006
Classification Code: 99 -- Miscellaneous
Set Aside: N/A
Naics Code: 333112 -- Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing
Contracting Office Address
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
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 acquisition is issued as a Request for Quote (RFQ). The combined synopsis/solicitation number is W91ZLK-06-T-0873. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-07. The associated North America Industry Classification System (NAICS) Code 333112 and the Business Size Standard is 500.
Description of requirements: The contractor shall provide the following: Item 1, 8 Each Mower, Batwing 15-foot, HD new and used, complete with tires, aircraft type, all hoses, constant velocity PTO shafts, suction blades capable of cutting 4-inch vegetation, with 540/1000 RPM option.
Item 2, 3 Each: Mower, Zero Turn, 60-Inch Cut, 23-29 Horsepower, Gasoline Engine Driven New and Used, complete with Service, Parts and Operators Manuals, Adjustable mowing height, self-propelled.
Item 3, 2 Each: Mower, Turf Type Finish 15 Foot, Must be New and Used, Complete with Tires, Rims, Hoses, Hydraulic Cylinders, Constant Velocity PTO Shafts, Maintenance Manuals and Parts Manuals Required.
Item 4, 1 Each: Vaccum, Leaf/Grass Type Tractor Drawn, PTO Operated Equal to a Brouwer Vac Model 5990102 with Vac-Hose A522026, Side Mounted.
The above characteristics are intended to be descriptive, but not restrictive. The Government reserves the right to award o n an all or none basis, or to make multiple awards if, after considering the additional administrative costs, it is deemed in the best interest of the Government to do so.
Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor proposes to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army Aberdeen Proving Ground, Md. 21001.
The following clauses shall be incorporated by reference: 52.209-6 Protecting the Governments Interest When Subcontracting with contractors debarred, suspended or proposed for debarment. 52.212-4 Contract Terms and Conditions Commercial Items, 52.223-11 Ozone-Depleting Substances, 52-247-34 F.O.B. Destination. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items is applicable to this acquisition.
The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The contract will be awarded to Low Price Technically Acceptable. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the offer. To ensure sufficient information is available, vendors must furnish as part of their offer all descriptive material (such as illustrations, drawings or other information) necessary for the Government to determine whether the product meets the salient characteristics of the requirement.
The Government reserves the right to make an award without discussions. The Government reserves the right to award on an all or none basis. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.211-6, Brand Name or Equal, FAR 52.219-8, Utilization of Small Business Concerns; FAR 52 .219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222.35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 Restrictions on Certain Foreign Purchase, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor. DFAR clause Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause 252.212-7001 are applicable: 52.203-3 Gratuities,252.225-7001 Buy America and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference of Domestic Hand or Measuring Tools, 252.232-7003 Electronic Submission of Payment Requests.
The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, and http://www.arnet.gov/far. Quotations must be signed, dated, and received by 10:00 AM (Eastern Standard Time) on Sept. 28, 2006 via fax at 410/306-3784 or email at kathy.ward1@us.army.mil at the US Army Contracting Agency, Directorate of Contracting, Attention: SFCA-NR-APC-T, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013.
All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contract or Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 800/334-3414 or by registering online at http://www.bpn.gov/CCR.
For questions concerning this Request for Quotation contact Mrs. Kathy Ward, Contract Specialist, via email to: kathy.ward1@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
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; proposals are being requested and a written solicitation will not be issued.
Point of Contact
kathy.ward1, 410/278-2412
Email your questions to ACA, Aberdeen Proving Ground at kathy.ward1@us.army.mil
Click here for more information.
Latest from Lawn & Landscape
- Hilltip adds extended auger models
- What 1,000 techs taught us
- Giving Tuesday: Project EverGreen extends Bourbon Raffle deadline
- Atlantic-Oase names Ward as CEO of Oase North America
- JohnDow Industries promotes Tim Beltitus to new role
- WAC Landscape Lighting hosts webinar on fixture adjustability
- Unity Partners forms platform under Yardmaster brand
- Fort Lauderdale landscaper hospitalized after electrocution