This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6. Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
The National Park Service, Contracting Operations (ConOps) East has a requirement to provide grounds maintenance services that include mowing, trimming, blowing, and similar activities for various locations throughout Chattahoochee River National Recreation Area Sandy Springs, Georgia. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 dated January 17, 2025.
The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 - Landscaping Services with a small business size of $9,500,000.00. The Product Service Code (PSC) is S208: Housekeeping - Landscaping/groundskeeping.
The contractor must have current Representation and Certifications in SAM.gov, submitted with quotes.
The Government contemplates the award of a single Firm-Fixed Price Contract using the best value ¿ Lowest Priced Technically Acceptable (LPTA) source selection procedures. All eligible and responsible sources may submit a quote, which if timely received, shall be considered by the Agency. Companies must have valid Unique Entity Identifier and be registered with System for Award Management (www.sam.gov). SAM.gov offers free services. An offeror must ensure that they are self-certified under NAICS Code 561730 in the Representations and Certifications portion of SAM.gov. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1.
The ESTIMATED period of performance is anticipated to be April 14, 2025, through October 31, 2025.
A site visit is scheduled, and prospective offerors are HIGHLY encouraged to visit the site to satisfy themselves as to the conditions of the site before submitting a quote. Attachment 0006 covers the site information.