Skip to main content

An official website of the United States government

You have 2 new alerts

Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.

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: Presolicitation (Original)
  • Original Published Date: Jan 31, 2025 04:19 pm EST
  • Original Response Date: Mar 18, 2025 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 02, 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:
    Savannah , GA 31401
    USA

Description

This synopsis is for the Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.    This acquisition is being offered as a 100% Small Business set-aside solicitation and will result in a single Firm Fixed Price Contract Award.  This requirement will include a base year and four one-year option years.  The work is located within the Savannah and Brunswick Harbors in Chatham County, Georgia, Glynn County, Georgia and Jasper County, South Carolina. 

Contractor shall furnish all plant, labor, equipment, special equipment, and material to fulfill the requirement of this contract.  This contract will include full mowing/cutting of vegetation in Dredge Material Containment Areas (DMCA), environmental mowing/cutting of vegetation in DMCAs, herbicide application in the DMCAs, and herbicide application and clearing of bird islands

Note:  This synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming, no quotes are being accepted at this time.  The subsequent solicitation will result in a purchase order standalone type contract.

Type of Contract and NAICS:  The contract will be solicited and procured using Simplified Acquisition Procedures under FAR Part 13 – Simplified Acquisition Procedures.  The North American Industry Classification System (NAICS) Code is 561730 – Landscaping Services with a size standard of $9,500,000.00. 

Type of Set-aside:  This acquisition is being offered as a 100% Small Business Set-aside. 

Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 18 February 2025 and approximate closing date will be on or about 18 March 2025.  Actual dates and times will be identified in the solicitation.  Additional details can be found in the solicitation when it is posted. 

Period of Performance: The period of performance including all options is five (5) years with 1 (one) six (6) month option.

Solicitation Website:  The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at System for Award Management (SAM) website, https://sam.gov.  Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored.  Project files are Portable Document Files (PDF) files and can be viewed, navigated or printed using Adobe Acrobat Reader.  To download the solicitation for this project, contractors are required to register at the SAM website at https://sam.gov. 

Amendments, if/when issued, will be posted to the above referred website for electronic downloading.  This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors’ responsibility to check the website periodically for any amendments to the solicitation. 

Registrations:  Offerors shall have and shall maintain an active registration in the following database:  System for Award Management (SAM) at https://sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity.  If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. 

Quotes should be emailed to Amy L. Collins at Amy.L.Collins@usace.army.mil.  Please CC Nathan A. Aylesworth at Nathan.A.Aylesworth@usace.army.mil.  Quotes must be received by the Government by the date/time specified in the solicitation.   No additional media (CDROM, floppy disks, faxes, etc.) will be provided. Contractual questions should be forwarded to the Contract Specialist, Amy L. Collins at Amy.L.Collins@usace.army.mil or the attention of the Contracting Officer, Nathan A. Aylesworth at Nathan.A.Aylesworth@usace.army.mil.    

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jan 31, 2025 04:19 pm ESTPresolicitation (Original)