The US Coast Guard seeking a service to have a tree removed and the stump grinded down.
1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures and FAR Subpart 17.2 Options, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals and a written formal quotes will be received via email to Katherine.m.discenza@uscg.mil & Ashley.l.perez@uscg.mil & will be sent no later than 5-Sep-2025 @ 0930 am, EST and not a second later.
2. The Solicitation 70Z03925QCGA00019 is issued as a Request for Quotation (RFQ). Submit written offers only (on SF 1449 or formal quote pdf.), oral offers will not be accepted. This Combined Synopsis/Solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at https://www.sam.gov/SAM/.
3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 / Effective Date 08/07/2025. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/browse/index/far
4. This procurement is a 100% Total Small Business Set-Aside and the associated North American Industry Classification System (NAICS) Code is 561730 Landscaping Services with Size Standard is $9.5M. Product Service Code: S208 HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING.
5. The United States Coast Guard (USCG) Academy located at:
USCG Academy 15 Mohegan Avenue New London, CT 06320-8100
6. Scope of Work (SOW): The contractor shall provide all tools, materials, and labor used in this SOW. The purpose of this project is to remove a large tree and to grind down the stump. Please read the SOW for further details. this requirement must be 100% met per SOW.
7. Service Contract Act Wage Determination No. WD 2015-4111 (Rev.-31) was first posted on SAM.gov on 07/28/2025, applies to this acquisition and will be incorporated into the resulting contract. The contractor shall identify the Wage Category in their offer.
8. Quotes: All quotes shall include detailed breakdown of the cost.
Example: 1. Labor (total cost or broken down by length of project) 2. Materials (brick, stone, weed block, plants e.g.) 3. Any equipment rental if applicable 4. All other miscellaneous cost to complete the project must be spelt out.
Quotes shall be specific to the nature of this requirement.
Submission of a quote that does not contain all items requested and spelt out may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment (certs, quote, past performance e.g.) clearly identified as described below. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.
Pricing shall be submitted as requested in the Schedule of Services (need by 5-Sep-2025). Total price will be evaluated by the Government. The proposed price should reflect a clear understanding of the requirements; it is consistent with the various elements of the offer.
*Section B Offerors Representations and Certifications: A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov. All Offerors shall be registered and current in the System for Award Management (SAM) database.
- Reference Active UEI in SAM on your Quote and the registration shall be active status.
8a. Technical Proposal: Offeror shall submit company's detailed technical approach and methodology for completing all requirements of the Scope of Work (SOW). The
Technical Volume shall not exceed thirty (5) pages in length, with 12-point font. Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages.
8b. Key Personnel - Identify all key personnel, experience and qualifications. Provide the Department of Labor Classification for each and identify the labor classification on the include Wage Determination. Provide the Hourly and Overtime Wages for Key Personnel for each contract period of performance. Labor can be formulated into the labor section of the quote.
8d. BASIS FOR AWARD
The Government will award a firm fixed priced contract to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Performance Work Statement or listed specs whichever is applicable to the buy.
Lastly, if the site visit is not completed by the offeror in paragraph 11 on the referenced perspective date given, the quote will not be technically acceptable. Site Visit is required.
Offerors understand that their quote is ranked by price and technical acceptance; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
*Lowest Price Technically Acceptable (LPTA)
9 .Quotes are Due: 5-Sep-2025 @ 0930 am, EST
10. The Government will award a Firm-Fixed Price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered.
11. Site visit information:
Please schedule site visit with Jason Askew & Peter Heavenor / emails are: Jason.m.askew@uscg.mil & Peter.J.Heavenor@uscg.mil. A site visit must be completed prior to a quote/offer being submitted before the due time.
12. After the award is determined and issued, invoices will be completed through the IPP @ www.ipp.gov for invoice payments.
13. Access to the Facility: Personnel are required to have “real” ID (Driver’s License) with the star.
12. The Government reserves the right to cancel this solicitation at any time.