** UPDATE - POC for Site Visit is Contract Specialist, Scott Ellis at Robert.S.Ellis@usace.army.mil. **
QUOTE INSTRUCTIONS FOR OFFEROR
1. DESCRIPTION OF SERVICES: This service is a Total Small Business Set-Aside for the purchase, planting, and maintenance of trees and vegetation at the Rockland Recreation Area north of Old Hickory Dam. Planted trees and vegetation are to replace the trees that were damaged/removed as a result of the December 2023 tornado. Comparable native species to those lost will be planted to restore the recently lost natural habitat and beauty. . Locations and work limits of the various areas are shown on
the attached site map, Attachment 3. This procurement includes a base period of one (1) year and two (2) one (1) year
option periods.
2. TYPE OF CONTRACT: The Government intends to award a Firm-Fixed Price Service Contract under NAICS code
561730, Landscaping Services; Size Standard $9.5M.
3. BASIS FOR SELECTION OF AWARD AND EXERCISE OF OPTIONS: Award shall be made to the lowest priced
offeror who is determined to be responsive and responsible. Awardee shall be located within seventy-five (75) miles
of Rockland Recreation Area.
Quote must meet or exceed the technical specifications and delivery schedule to be considered for award.
In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers by adding the total
price for the basic requirement to the total price of all options.
4. PLACE OF PERFORMANCE: Rockland Recreation Area, 5 Power Plant Road, Hendersonville, TN 37075.
5. PERIOD OF PERFORMANCE: The contract awarded from this solicitation will be for one (1) base year, and two (2)
option years– for a total of a three (3) year contract award starting on September 2026.
6. SITE VISIT: Offeror is urged and expected to inspect the site where services are to be performed and to satisfy
themselves regarding all general and local conditions that may affect the cost of the contract performance (FAR
52.237-1, Site Visit).
The Government has scheduled a Site Visit for April 17, 2025, at 1:00 pm Central Time. All attendees shall meet at 5
Power Plant Road, Hendersonville, TN 37075. Point of Contact for the site visit is Dallin Fausett at (615)240-4055.
7. INSURANCE: See FAR 52.228-5, Insurance –Work on Government Installation and the “Special Requirements”
section of this solicitation for the minimum amounts of insurance required.
8. POC FOR COMMUNICATIONS: Any communications regarding this procurement before award must be made in
writing to the Contracting Branch, Attn: Scott Ellis at email Robert.S.Ellis@usace.army.mil. Inquiries must identify
the solicitation number, the requestor’s company name, address, email address, and telephone number to include the
area code.
QUESTIONS: Questions must be submitted to Scott Ellis via email at Robert.S.Ellis@usace.army.mil by April 22,
2025, at 1:00 P.M. Central Time.
Phone calls or requests to arrange meetings at the Nashville District during the solicitation period to discuss project
requirements or company’s capabilities are highly discouraged and will not be allowed.
9. QUOTE SUBMISSION: All quotes shall be submitted electronically via email to Scott Ellis at
Robert.S.Ellis@usace.army.mil by April 30, 2025, at 1:00 P.M. Central Time.
The quote shall include the following elements to be considered for award:
(1) SF 1449: Filled out by the vendor for: Block 17a, Block 17b (if applicable), Block 30a, Block 30b, and Block
30c.
(2) Acknowledge all SF30s, Amendment of Solicitation (if applicable).
(3) Price: Complete and sign the “Price Schedule”.
(4) In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for
Award Management (SAM) database located at www.sam.gov. More specifically, "An Offeror is required to be
registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award,
during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or
blanket purchasing agreement resulting from this solicitation." (See FAR 52.204-7(b)(1)). Contractors must be
registered in the System for Award Management (SAM) database (www.sam.gov) to receive an award.
For SAM Customer Service, contact:
Federal Service Desk
URL: www.fsd.gov
Hours: 8am - 8pm (Eastern Time)
US Calls: 866-606-8220
International Calls: 334-206-7828
DSN: 866-606-8220
IMPORTANT NOTICE: Effective June 29, 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) within 30 days of activation or the vendor
risks no longer being active in SAM.
Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity
Identifier.
The new registration process may now take several weeks, so vendors are highly encouraged to begin registering
as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use
SAM.
To find out additional information about the changes of the SAM registration process, contractors should visit the
Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
(5) Contractors shall have representations and certifications completed in www.sam.gov OR provide completed
paragraphs in FAR 52.212-3 Alternate 1 (Annual Representations and Certifications) found in the “Clauses
Section” of this solicitation. If completing the aforementioned clause, provide with submitted quote.
(6) Provide business Unique Entity Identifier Number: _______________________________
(7) Provide business CAGE code: __________________________________
(8) Tax Identification Number: ____________________________________
10. APPARENT SUCCESSFUL OFFEROR: A minimum of one (1) banking reference for their firm and a minimum of
three (3) past performance references for similar contracted work may be requested from the apparent successful
offeror prior to actual award of the contract.
The banking reference should include the financial institution’s legal name, complete physical address, a point-ofcontact
(POC) at the financial institution, the POC’s telephone number, and email address.
The past performance references should include firm’s name, the contract number, the contract period of performance
and/or contract completion date, the contract’s aggregate value, a brief description of the project, a POC, the POC’s
telephone number, and email address.