Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2007 FBO #1966
SOLICITATION NOTICE

S -- Grounds Maintenance Services

Notice Date
4/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-07-T-0041
 
Response Due
4/23/2007
 
Description
A) This is a combined synopsis and solicitation for commercial items (services) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC08-07-T-0041 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-15, DFARS Change Notice 2007-07-03, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 0782. The North American Industry Classification systems (NAICS) code is 561730. The Size standard is $6.5 million. This solicitation is unrestricted pursuant to FAR part 19.10, Small Business Competitiveness Demonstration Program . E) Contract Line Item Numbers (CLINS)?Provide Pricing in the following format (Periods of Performance are shown in Paragraph F): Location: Quantico Commissary, Building 3400, Russell Road, Quantico MCB, VA 22134-5082 Base Year: May 1, 2007 thru February 29, 2008 0001AA Lawn Maintenance: mowing, edging, trimming, and removal and disposal of debris. (Mar thru Oct) $____ x 24 each per year = $___________ 0001AB Fertilizer and Weed Control (May and Oct) $____ x 2 each per year = $____________ 0001AC Mulching (May and Oct) $____ x 2 each per year = $____________ 0001AD Optional Lawn Maintenance (Nov thru Feb) (Same description as 0001AA) $____ x 4 each per year = $____________ 1001AA-AD Option Year 1: Mar 1, 08 thru Feb 28, 09 - description same as above* 2001AA-AD Option Year 2: Mar 1, 09 thru Feb 28, 10 - description same as above* 3001AA-AD Option Year 3: Mar 1, 10 thru Feb 28, 11 - description same as above* 4001AA-AD Option Year 4: Mar 1, 11 thru Feb 29, 12 - description same as above* F) The period of performance is May 1, 2007 through February 29, 2008 for Base period; and is further explained below: There will be a base period of ten months and four consecutive one-year (12-month) options (March thru Feb). Provide pricing for each of the five years. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors ? Commercial Items. Quotes from offerors shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, TELEPHONE & FAX NUMBERS, E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in Paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME, PHONE #, FAX # of the Point of Contact in your Accounts Receivable Department. Quotation shall also contain all other documents specified herein. Quotation must be SIGNED. Quotation shall include a STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF OFFERS: The quotation shall state the agreement to hold prices contained therein firm for 120 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE OFFERS: Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt WILL NOT be considered. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. Please also provide Offeror?s Dun & Bradstreet (DUNS) number. Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. H) EVALUATION/AWARD: 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Past Performance I. Price: Price will be evaluated be adding the total price for all Base Years Line Items to the total price for all options. Labor rates should cover the required amounts as dictated by the Department of Labor Wage Determination. Line Items for Dormant Season include an estimated number of times for service. These figures are for evaluation purposes only and are not to be construed as guaranteed quantities or actual number of services. II. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: Customer Satisfaction/Quality of Service Timeliness of Performance Business Relations The relative importance of the factors is: Price/price related factors are slightly more important than past performance. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) Not applicable. J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 ALT I, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with Alternate I (Mar 2005)(as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions ? Commercial): The following information is provided: I. CHANGES: Unilateral Modifications. The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data and addition of funds. Bilateral Modifications. Items may be added to or deleted from this contract at the option of the Government. Items will be added to this contract prior to any service being performed. Addition and/or deletions of items will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. Invoices. Invoices must contain the company name and address as it appears on the contract or in the remit to address. If, at any time during the performance of this contract, the company name changes or assets involving this service are sold to another company, the contract administration office must be notified prior to change of name or closing of sale to ensure actions required by the Federal Acquisition Regulation Part 42.12 are completed. Failure to notify this office in advance of the change may result in delay or payment. III. PAYMENT INFORMATION: c. Payments will be made no more than once per month. The contractor must submit invoices to the paying office shown in block 18a of the SF 1449. No advance or automatic payments are authorized. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 ALT III Transportation of Supplies by Sea-Alternate III; FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors?Commercial Items; FAR 52.212-4 Contract Terms and Conditions?Commercial Items; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41 Service Contract Act of 1965, As Amended FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option);FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.223-10 Waste Reduction Program; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (OCT 1995) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, paragraph ?(1)). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. DOL-Wage Det #/Revision 05-2103 Rev (2) (Prince William, VA) Labor Category Labor Rate #11210 Laborer, Grounds Maintenance $11.81 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Statement of Equivalent Rates for Federal Hires Laborer, Grounds Maintenance Labor Rate $13.49 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately-owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Virginia. (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time ON APRIL 23, 2007. S) The Point of Contact for this solicitation is Vanessa Walker, 804-734-8531, Contracting Officer; Melissa A. Rios, 804-734-8680. STATEMENT OF WORK STATEMENT OF WORK GROUNDS MAINTENANCE QUANTICO COMMISSARY APPROXIMATE SQUARE FOOTAGE: 236,095 WORK PERFORMANCE: The contractor shall provide all supervision, personnel, supplies/materials, equipment, transportation and other items and services necessary to perform lawn care maintenance services required under this purchase order. Lawn maintenance service shall include grass mowing, lawn edging, pruning, mulching, and weed removal. Contractor shall also be required to provide quick response service, within 4 hours, to maintain grounds for special events and/or visits. WORK SCHEDULE: Day and time of all work performed under this purchase order must be arranged in advance with the Store Director, or his/her designated representative to prevent interference with patrons and normal operation of the Commissary. No scheduled work is to be performed on Federal holidays unless approved by the Contracting Officer in writing. The contractor shall notify the Store Director or his/her designated representative 72 hours in advance with his/her request to work during a Federal holiday. DISPOSAL OF DEBRIS: All debris shall be collected at the end of each day?s work and legally disposed of off-post. Selection of the debris disposal site shall be the contractor?s responsibility. STORAGE AREA: Contractor?s tools, equipment and associated lawn care materials may not be stored on the Government installation. The contractor shall bring all necessary lawn care materials to the site and remove them at the end of each day?s work. DAMAGE TO GOVERNMENT FACILITIES: Damage to any facility, property (government or patron), exterior equipment, or systems caused by the contractor as a result of work performed under this contract shall be repaired by the contractor at his/her own expense. The contractor shall be required to repair or replace all items and components to return the damaged area to its condition before the damage incident. GOVERNMENT FURNISHED UTILITIES: While working on the sites, the contractor may use existing power and water sources as supplied by the Government to facilitate completion of the work. CONTRACTOR ATTIRE: The facility where the work shall be performed is the focal point of many post activities. The contractor and the contractor?s employees shall be required to wear shirts and proper attire at all times. Long pants are recommended, but walking shorts with pockets will be acceptable. Revealing clothing or clothing with obscene or inflammatory designs, slogan or remarks shall not be permitted. MOWING: Lawn areas shall be mowed to a height of 2 ? inches. Care should be exercised to prevent damage to existing trees, shrubs, bushes, flower beds and lawn irrigation equipment, if applicable. Rocks must be cleaned from parking lot and placed back into original areas. This needs to be performed with each cutting. TRIMMING: The contractor shall trim areas to include, but not be limited to, fences, fence posts, sidewalks, drives, curbs, foundations, shrubs, trees, flower beds and other obstructions. Dead trees shall be removed and replaced with saplings. Trimming must be captured in bags and transported off-post to an approved dumpsite. EDGING: The contractor shall edge along all existing sidewalks and drives. Edging debris must be transported off-post to an approved dumpsite. PRUNING (SHRUBS/TREES): Shrubs shall be pruned to present a clean, neat and professional appearance. Shrubbery shall be trimmed to allow ease of cleaning underneath the shrub, to prevent blockage of windows, doors and access to utility meters and other equipment. Shrubbery should be pruned to allow the proper operation of adjacent HVAC and other exterior equipment units. Pruning debris must be transported off-post to an approved dumpsite. WEEDING: The contractor shall remove weeds and grass sprouts from flower beds, shrub beds and pavement/sidewalk cracks. Weeds must be physically removed from the area by pulling out of or by ?weed eating? without damaging the shrubs, flowers, or other landscaping plants and decorations. The use of a spray herbicide to kill weeds and grass sprouts ?in place? will not be permitted. For lawn areas, the contractor shall pull weeds or use herbicide to provide weed control. MULCHING: Mulch must be placed semi annually in areas currently covered with mulch. All lawn care chemicals must be used in accordance with the manufacturer?s instructions and in the correct dosage amounts or rates. INVOICING: One additional copy of the invoice shall be submitted to the Commissary.
 
Place of Performance
Address: DeCA's Commissary located at Quantico MCCDC in Virginia
Zip Code: 23801
Country: UNITED STATES
 
Record
SN01273324-W 20070415/070413221546 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.