SOLICITATION NOTICE
99 -- Interior & Exterior Plant Maintenance & Landscaping
- Notice Date
- 11/14/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
- ZIP Code
- 20223
- Solicitation Number
- 03Q-005
- Archive Date
- 12/6/2002
- Point of Contact
- Nancy Tsai, Contract Specialist, Phone (202) 406-6940, Fax (202) 406-6801,
- E-Mail Address
-
ntsai@usss.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation number 03Q-005 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 01-07. This requirement is a 100% Small Business Set-Aside. The NAICS code is: 453110 and the small business size standard is $6.0 million. The Government intends to award a firm fixed-price contract. The Government intends to negotiate for the following services - Interior & Exterior Plant Maintenance & Landscaping. The details to Performing the job are the following: Provide interior and exterior plant maintenance at official government building starting from December 1, 2002 through September 30, 2003; with options to extend the term of the contract annually for the next four fiscal years beginning October 1, 2003 and twelve months thereof, for each renewal. Interior plant maintenance includes all services necessary to maintain the health and appearance of a variety of plants, such as watering, fertilizing, pruning, trimming, insect and disease treatment, cleaning and dusting. If a plant becomes thin, weak, overgrown or otherwise unattractive, it will be replaced with the same or similar plant type of the size specified in the contract. In addition, the Contractor will institute a flowering plant rotation program consistent with seasonal blooms as part of the interior plant maintenance functions. (i.e. Poinsettias in December, chrysanthemums during the fall season) Exterior plant maintenance will include weeding, mulching, pruning, watering, disease treatment and removing trash, twigs and debris from trees and flowerbeds. If a plant becomes thin, weak, overgrown or otherwise unattractive, it will be replaced with the same or similar plant type of the size specified in the contract. The Contractor will institute a flowering plant rotation program consistent with seasonal blooms as part of the exterior plant maintenance functions. All necessary tools, equipment, supplies and materials, with the exception of water, for work at the designated site, will be provided by the Contractor. Interior Plants - Approximate numbers: 8 week Bromeliad Program- 32; Schef Arboricola 14", 5-6 Std- 1; Drac Marginata 14", 5-6 Std- 3; Drac Marginata 10", 4-5'- 3; Scindapsus Aureus 6"- 18; Scindapsus Aureus 10"- 12; Drac Massangeana Cane, 14" 6-7'- 3; Strelitzia Nicolai 17", 6-7'- 2; Spath Sensation 10" 2-3'- 13; Spath Wallisii / Starlite 8" - 1; Replica Plant 6", Silk Ivy Around 6" Flower- 2; Agl Emb Beauty / Maria 8"- 8; Agl Emb Beauty / Maria 10", 2-3'- 45; Drac Janet Craig 10", 2-3'- 1; Drac Janet Craig 10", 3-4'- 3; Drac Janet Craig 14", 4-5'- 7; Exchange Pots (Seasonal Flowers)- 2; Spath ML Sup/Lynise 10" 2-3'- 3; Replica Plant 14" 5-6', Ficus 6'- 4; Ficus Alii 17", 6-7'- 1; Chamaedorea Hybrid 14", 5-6'- 3; Pleomele Reflexa 17", 5-6'- 2; Drac Warneckei 14", 4-5'- 3; Drac Warneckei 14', 3-4'- 2; Schef Amate 14', 5-6'- 1; Philodendron Cordatum 5"- 28; EXTERIOR PLANTS APPROXIMATE NUMBERS: Misc Foliage, Juniper, 5 Gal Upright- 4; PP Specimen Planting 2 Cu Ft- 6; Misc Foliage, Evergreen 5' - 6' Upright, 1; Misc Foliage, Globe Arborvitae, 24"- 21; Misc. Foliage Emerald Green Arborvitae 6'-7'- 4; PP Specimen Planting 2 Cu. Ft. Soil- 8; Seasonal Programs 4 Entrance Containers 12 Mos. * Special Note* Weekly Scheduled Visits and Ability of Gardeners or technicians to meet security access clearances are required. Award will be based on evaluation of past performance and best value according to the government. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items: There are no addenda to the provision. 52.212-2, Evaluation-Commercial items; 52.212-2, is applicable to this solicitation. Offerors are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications- Commercial Items with their offer. 52.212-4, Contract Terms and Conditions- Commercial Items, applies. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition. Additionally, the following FAR Clauses cited in are applicable: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era: 52.225-1, Buy American Act-Balance of Payments Program-Supplies: 52-225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: www.arnet.got/far/. Telephone requests for copies of FAR Provisions and Clauses will not be accepted. Quotations must contain pricing for the line items plus complete specifications for any equal of better product to allow evaluation of quotes. Please note: All responsible offerors should forward proposal and performance statement via FAX (202) 406-6801 or email to: ntsai@usss.treas.gov no later than 12:00 PM on Thursday, November 21, 2002. The Government will NOT be responsible for any costs incurred by the vendor associated with preparing their proposals or answers to this solicitation.
- Place of Performance
- Address: Downtown, Washington D.C.
- Zip Code: 20223
- Country: United States of America
- Zip Code: 20223
- Record
- SN00205182-W 20021116/021114213516 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |