This is a Request for Quote (RFQ) to provide necessary management, personnel, materials, supplies,
tools, equipment, fuel, and vehicles and quality control required to provide Mowing, Maintenance, Leaf Removal
and Cleaning Services at Patoka Lake in accordance with the Performance Work Statement. The Contractor’s
performance and responsibility shall include 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.
One award will be made from this Solicitation. The contract award will be based on the lowest price to the
Government.
Interested contractors are highly encouraged to visit the site to review the complexities of the work site, verify
existing conditions, and exact measurements. Please note that the site visit is not an opportunity for questions or
clarifications regarding this solicitation.
The Performance Work Statement only contains approximate measurements for reference. Each offeror should
visit the job site and assume responsibility for quantities, materials, equipment requirements, critical dimensions,
and work conditions used to calculate a quote. Interested bidders should contact the Patoka Lake Project Manager
to schedule a site visit. The Patoka Lake Project Manager's contact information is as follows:
Steven M. Rector
USACE Louisville District
Patoka Lake
4512 N. Cuzco Road, South
Dubois, Indiana 47527-9961
Phone: 812-678-3761
Email: steven.m.rector@usace.army.mil
The solicitation will be available on the web only. Faxed, telephoned, or mailed requests for this solicitation will not
be honored. To download the solicitation for this project, contractors are required to register at the Federal Contract
Opportunities website at SAM.gov.
Quotes will not be accepted for quantities less than the quantities specified in the price breakout schedule. Failure
to submit a unit price for all items listed will be considered as a material deviation from the requirements of the
RFQ and the quote will be rejected. Offerors should complete and submit the price breakout schedule within this
solicitation.
Quotes shall be submitted electronically by email to Kelly Duggins at Kelly.S.Duggins@usace.army.mil by the
time and date as specified in Block 8 on the SF1449.
Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account
specified by the Contractor.
All contractors must be registered in the System for Award Management (www.SAM.gov) prior to proposal submittal. All proposed 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. The process can usually be completed from 24 to 48 hours after
submission. Contractors will need to obtain a Unique Entity Identifier for processing their registration. If you do
not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov.
Please begin the registration process immediately to avoid delay of the contract award should your firm be selected.
ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your
registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April
2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement
to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal
Service Desk (FSD) will activate the entity's registration.
Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to
the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the
GSA Federal Service Desk (FSD) with 30 days of activation or the vendor risks no longer being active in SAM.
PLEASE NOTE: SAM is completely free of charge for both registrants and users.
NOTICE TO POTENTIAL BIDDERS/OFFERORS: In accordance with DFARS 204.7302, Contractors and
subcontractors are required to provide adequate security on all covered contractor information systems.
Contractors are required to implement National Institute of Standards and Technology (NIST) Special Publication
(SP) 800-171 by inclusion of clause at 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber
incident Reporting, are required at time of award to have at least a Basic NIST SP 800-171 DoD Assessment that is
current (i.e., not more than 3 years old unless a lesser time is specified in the solicitation).
SPRS provides storage and access to the NIST SP 800-171 assessment scoring information. To access the NIST SP
800-171 Assessments module, users must be registered in the Procurement Integrated Enterprise Environment (PIEE)
https://piee.eb.mil/ and be approved for access to Supplier Performance Risk System (SPRS).
The NIST SP 800-171 DoD Assessment Methodology is located at:
https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html#nistSP800171
Vendor Help and Training Tutorials are available at https://www.sprs.csd.disa.mil/nistsp.htm