Skip to main content

An official website of the United States government

You have 2 new alerts

To provide custodial and grounds maintenance at Blossom Point Research Facility located at Welcome, Maryland Amendment#4 is to update the period of performance requirement

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 23, 2022 08:33 am EDT
  • Original Published Date: Aug 24, 2022 01:27 pm EDT
  • Updated Date Offers Due: Sep 27, 2022 10:00 am EDT
  • Original Date Offers Due: Aug 31, 2022 11:59 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 12, 2022
  • Original Inactive Date: Sep 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Welcome , MD 20693
    USA

Description

The purpose of amendment #4 is to update the period of performance requirement from one base and four option years to one base and three (3) option years. All other terms remain unchanged.  

1.  Class Code: S2

2.  NAICS Code:  561730

3.  Subject: Services (labor, tools, equipment, materials, transportation and management) necessary to provide custodial and grounds maintenance at Blossom Point Research Facility  located at Welcome, Maryland.

4.  Solicitation Number: W911QX22Q0159 Amendment four (4)

5.  Set-Aside Code: 100% Total Small Busines Set Aside

6.  Response Date: Offers are due 9/27/2022 by 10 am.

7.  Place of Delivery/Performance: 

U.S. Army Research Laboratory

                                    Blossom Point Research Facility

15000 Blossom Point Road

Welcome, Maryland 20693

8. 

                        (i)  This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

                        (ii)  The solicitation number is W911QX22Q0159. This acquisition is issued as an request for quotation (RFQ)

                        (iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07.

                        (iv)  This acquisition is set-aside for Small Businesses.  The associated NAICS code is 561730. The small business size standard is s $8,500,000.00.

                        (v)   The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): 

CLIN 0001: Grounds Maintenance, Snow/Ice Removal, and Custodial Services

CLIN 0002: Option Year One (1) (Grounds Maintenance,and Custodial Services)

CLIN 0003: Option Year Two (2) (Grounds Maintenance, and Custodial Services)

CLIN 0004: Option Year Three (3) (Grounds Maintenance, and Custodial Services)

                        (vi)  Description of requirements: Grounds Maintenance, now/Ice Removal, and Custodial Services at Blossom Point Research Facility located at 15000 Blossom Point Road, Welcome, Maryland. See attached Performance Work Statement (PWS) for full scope of work.

                        (vii) Delivery is required during Period of Performance from 01 October 2022 through 31 Janurary 2027.  Performance shall be completed at 15000 Blossom Point Road, Welcome, Maryland. Acceptance shall be performed at 2800 Powder Mill Road, Adelphi MD 20783.  The FOB point is Destination.

                        (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition.  The following addenda have been attached to this provision: NONE 

                        (ix)  The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.  The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:  See attached Evaluation Criteria.

                        (x)  Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

                        (xi)  The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE

                        (xii)  The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.  The following additional FAR/DFARS clauses cited in this clause are applicable:

52.204-10    REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013)

52.209-6      PROTECTING THE GOVERNMENT’ INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013)

52.219-6 DEVIATION 2020-O00008  NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)

52.219-28    POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

52.222-3      CONVICT LABOR (JUN 2003)

52.222-19 DEVIATION 2020-O0019 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020)

52.222-21    PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)

52.222-26    EQUAL OPPORTUNITY (MAR 2007)

52.222-35    EQUAL OPPORTUNITY FOR VETERANS ACT (OCT 2015)

52.222-36    AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)

52.222-37    EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016)

52.222-50   COMBATING TRAFFICKING IN PERSONS (FAR 2015)

52.222-54   EMPLOYMENT ELIGIBILITY VERIFICATION (AUG 2013)

52.223-18   ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

52.225-13    RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

52.232-33    PAYMENT BY ELECTRONIC FUNDS TRANSFER—CENTRAL CONTRACTOR REGISTRATION (JUL 2013)

52.232-36    PAYMENT BY THIRD PARTY (MAY 2014)

52.222-41    SERVICE CONTRACT ACT OF 1965 (MAY 2014)

52.222-42    STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)

52.222-55    MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014)

52.222-62    PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (E.O. 13706)

252.203-7000     REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.203-7005    REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)

                        (xiii)  The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):

52.204-7       SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

52.204-13     SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT

2018)

52.204-16      COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015)

52.204-18      COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015)

52.204-24      REPRESENTATION REGARDING CERTAIN

TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR

EQUIPMENT (DEC 2019)

52.204-26       COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES – REPRESENTATION (OCT 2020)

52.212-1         INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS (JAN

2017)

52.212-2        EVALUATION – COMMERCIAL ITEMS (OCT 2014)

52.212-3        OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2021)

52.212-3 ALT I  OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2021) ALT I (OCT 2014)

52.232-40         PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

52.252-1         SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

52.252-2         CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

252.203-7000   REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)

252.204-7000    DISCLOSURE OF INFORMATION

252.204-7012    SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015)

252.232-7003    ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)

252.232-7006    WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

ACC-APG POINT OF CONTACT

GARRISON-ALC POINT OF CONTACTTECHNICAL POINT OF CONTACTARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012)

AT-OPSEC REQUIREMENTS

TYPE OF CONTRACT

GOVERNMENT INSPECTION AND ACCEPTANCE

EXERCISE OF OPTION

DELIVERY OF DATA ITEMS

RECEIVING ROOM REQUIREMENTS (ALC)

PAYMENT OFFICE (BANKCARD)

TAX EXEMPTION CERT. (GARRISON)

PAYMENT INSTRUCTIONS

DFARS COMMERCIAL CLAUSES

SUPERVISION OF EMPLOYEES

WORK HOURS

IDENTIFICATION OF CONTRACTOR EMPLOYEES

GOVERNMENT-CONTRACTOR RELATIONSHIPS

AUTHORIZATION TO USE GOVERNMENT FACILITIES

REQUIRED INSURANCE COVERAGE

COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS)

EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL

FOREIGN NATIONALS PERFORMING UNDER CONTRACT

  

                        (xiv)  This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A.

            (xv)  The following notes apply to this announcement: 

                        (xvi)  Offers are due Offers are due 9/27/2022 by 10 am., at douglas.c.dennard.civ@army.mil and adaleta.dougherty2.ctr@army.mil.

                        (xvii)  For information regarding this solicitation, please contact For information regarding this solicitation, please contact douglas.c.dennard.civ@army.mil, Phone: 301-394-3371 or adaleta.dougherty2.ctr@army.mil, Phone: 301-394-6305.

Contact Information

Contracting Office Address

  • KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
  • ADELPHI , MD 20783-1197
  • USA

Primary Point of Contact

Secondary Point of Contact

History