John T Myers Locks and Dam Herbicide Services
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
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Mar 10, 2025 02:16 pm CDT
- Original Date Offers Due: Mar 24, 2025 01:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 08, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
- NAICS Code:
- 561730 - Landscaping Services
- Place of Performance: Mount Vernon , IN 47620USA
Description
This Request for Quote (RFQ) is for the contractor to furnish all necessary management, personnel, materials, supplies, tools, equipment, fuel, and vehicles, except as otherwise provided herein, required to perform herbicide spraying services at the John T. Myers Locks & Dam project as specified and in strict accordance with all Terms, Conditions, General, Specific and Technical Provisions, Drawings, Attachments, Exhibits, etc., contained herein or incorporated by reference. The Contractor’s work 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. The Contractor is required to attend a pre-performance meeting to be scheduled by the Technical Point of Contact (TPOC).
Location:
United States Corps of Engineers
John T. Myers Locks and Dam Project Office
16501 Raben Road, Mt. Vernon, IN 47620
Posey County, IN.
This procurement is 100% set-aside for Small Business, NAICS 561730 (Size Determination $9,500,000).
Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account specified by the Contractor.
One award will be made from this Solicitation.
Note: The contract award will be based on Lowest Price to the Government.
Quotes are due on 24 March at 1:00 PM Central Standard Time.
Electronic submittals will be accepted. You may submit your quote to maxwell.s.williams@usace.army.mil. Fax submittals will not be accepted.
For contractual questions, please contact Maxwell Williams at (502)315-6493 or by e-mail at maxwell.s.williams@usace.army.mil.
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 Revision 2 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
**ALERT: All contractors must be registered in the System for Award Management (www.SAM.gov) prior to contractors submission. 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. 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 (known as DUNS).
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).
PLEASE NOTE: SAM is completely free of charge for both registrants and users.
Note: Page numbering in this document may not be accurate.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
- LOUISVILLE , KY 40202-2230
- USA
Primary Point of Contact
- Maxwell Williams
- maxwell.s.williams@usace.army.mil
- Phone Number 5023156493
Secondary Point of Contact
History
- Mar 10, 2025 02:16 pm CDTSolicitation (Original)