SOLICITATION NOTICE
S -- Landscaping US Coast Guard Key West FL
- Notice Date
- 11/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Miami, 909 SE First Avenue, Room 512, Miami, Florida, 33131-3050, United States
- ZIP Code
- 33131-3050
- Solicitation Number
- HSCG28-11-P-S1005
- Archive Date
- 12/4/2010
- Point of Contact
- Debra A Smith, Phone: 305-415-7086
- E-Mail Address
-
debra.a.smith@uscg.mil
(debra.a.smith@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation, quotations are being requested and a separate written solicitation will not be issued. The request for quotation (RFQ) number is HSCG28-11-Q-S1005. The NAICS 561730 with a total small business set aside of $7.0. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13. Landscaping requirement for US Coast Guard Sector Key West FL to follow for FY2011. Period: 01Dec2010 - 30Sep2011 SCOPE OF WORK LAWN MAINTENANCE COAST GUARD SECTOR KEY WEST 1. SCOPE OF WORK The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items, and services necessary to perform Grounds Maintenance as defined in this Statement of Work (SOW). The contractor shall perform to the standard in this contract. 1.2 DETAILS OF WORK Work includes, but is not limited to, providing all labor, materials, equipment, tools, and services required to provide full professional landscape maintenance, on the property owned by CG Sector Key West. In general the work includes: • Maintenance of all landscaping. • Maintenance and repair of all irrigation systems. • Roadway cleaning. • Fertilization • Chemical applications • Debris removal • Weed control GRASS CUTTING Grass cutting shall be accomplished on approximately 6 (six) acres of improved grounds at Sector Key West. Grass clippings shall be removed when clippings are not mulched on initial mowing. Existing lawn shall be mowed once per week during the growing season months, April - September. Existing lawn shall be mowed twice per month during the slow growing months, October - March. EDGING Sidewalks, driveways, curbs and other concrete or asphalt edges located in the improved grounds areas shall be mechanically edged every other mowing. Edging shall include removal of vegetation from cracks and sidewalks, driveways, and curbs within 0.5 inches of the edge surface and to a depth of 2.0 inches. Grass and weeds shall be removed and disposed of immediately after edging is performed. TRIMMING Grass/Weeds shall be trimmed around trees, shrubs, buildings, fences, polls, posts, fire hydrants, parking lot bumper blocks, and other fixed obstacles. Trimming shall be accomplished as required to match other surrounding areas. All mowed areas shall be trimmed concurrent with mowing. PRUNNING OF TREES, SHRUBS, AND HEDGES Clippings shall be removed and disposed of upon completion of work. Contractor shall prune trees in improvement and semi-improved areas on a required basis to provide safety, clearances, and/or to prevent structural damage. Shrubs shall be pruned annually or as required to maintain their natural growth characteristics. New growth above the specified sizes shall not be allowed to exceed 8 inches. Minimal clearances from buildings, utilities, and other obstructions shall be 6 inches. Hedges shall be maintained at their natural height and shape. No informal hedges or screen plantings shall be converted to formal shapes. APPLY FERTILIZER AND/OR LIME The contractor shall maintain an effective commercial fertilizer application program for all improved grounds. Only approved fertilizers shall be applied in accordance with the manufacturer's instructions. DEBRIS REMOVAL All debris and policed items shall be hauled off to SECTOR Key West and disposed of in accordance with applicable federal, state and local regulations. Any materials dropped or blown off vehicles shall immediately be picked-up by the contractor. All government shall assume no responsibility in the selection of the above mentioned disposal area. 1.3 QUALITY ASSURANCE The contractor shall take precautions to prevent scalping, uneven mowing, cutting by equipment, and damage to trees, shrubs, and sprinkler heads. The contractor shall repair damaged turf and replace flowers, shrubs, and trees, and sprinkler heads damaged during mowing operations. 1.4 COORDINATION OF WORK Contractor shall be responsible for coordinating all work to be performed under this project with the Base Engineering Officer, LT Dirk Hepworth, who can be reached at phone number (305) 292-8756. 1.5 HOURS OF OPERATION The contractor shall perform the services required under this contract during the following hours. 1.5.1 NORMAL OPERATIONS Normal operation is Monday through Friday, 0700-1600, except for Federal Holidays. 1.5.2 FEDERAL HOLIDAYS The following is a list of Federal holidays observed by this installation in the Year 2011 (Note: Some may fall on days preceding or following Holidays falling on the Weekend): Friday, December 31, 2010* New Year's Day Monday, January 17 Birthday of Martin Luther King, Jr. Monday, February 21** Washington's Birthday Monday, May 30 Memorial Day Monday, July 4 Independence Day Monday, September 5 Labor Day Monday, October 10 Columbus Day Friday, November 11 Veterans Day Thursday, November 24 Thanksgiving Day Monday, December 26*** Christmas Day 1.6 HOURS OF OPERATION OTHER THAN NORMAL There will be mission situations that require the contractor to work other than normal hours. Some of these situations are military exercises, contingency operations, or weather emergencies. When the contractor's access to a work area conflicts with a Coast Guard mission requirement, the contractor shall schedule the work to minimize disruption of operations. Such scheduling may require work to be accomplished at times other than normal duty hours. 1.7 SUPERVISOR AND LABOR The Contractor shall provide a competent supervisor satisfactory to the Base Engineering Officer, authorized to act for the Contractor. The Contractor shall promptly remove from the work site and CG premises any supervisor or employee whose work or conduct is not satisfactory to the Base Engineering Officer. The Contractor's supervisor shall be on the premises at all times during working hours and in charge of the work on behalf of the Contractor. The Contractor shall enforce strict discipline and good order among the Contractor's employees. The Contractor shall exercise the necessary supervision and control to prevent Contractor's employees from violating any rules and regulations. 1.8 CONTRACTOR FURNISHED EQUIPMENT AND TOOLS The contractor's equipment, including but not limited to, mowers (push, riding and tractor), edgers, trimmers, etc., shall be of commercial quality, size and type suitable for accomplishing the work specified. All electrical equipment used by the contractor shall meet all safety requirements of this contract and shall be UL approved. It shall be the responsibility of the contractor to prevent the operation or attempted operation of equipment, or combinations of equipment, which require power exceeding the capacity of existing building circuits. The contractor's equipment shall be maintained clean to present a neat and professional appearance. SECTOR personnel may inspect the contractor's equipment and/or tools at any time and direct the removal of any unsafe equipment/tools. These items shall be removed from the job by the contractor and replaced with satisfactory equipment. 1.9 MATERIAL AND SUPPLIES The following are representative of the materials or supplies the contractor should have to perform the contract: Fertilizer with slow release nitrogen source, and pesticides that are approved for use in the state. 1.10 POLLUTION ABATEMENT The contractor shall perform all work in accordance with federal, state, and local environmental regulations (including maintenance of Material Safety Data Sheets - MSDS's -- IAW applicable EPA regulations and criteria so as to minimize pollution, explosion, and degradation of natural resources). In addition, the following requirements shall be mandatory. Transporting debris or policed materials from the site shall be accomplished in a manner preventing particles from becoming airborne, such as covered vehicles or enclosed dumpster boxes. Vehicles used for pesticide applications will carry an approved spill containment kit capable of containing any spill until first responders arrive. Burning of any material by the contractor is prohibited. Drainage ways, sanitary, and storm sewers, etc. shall not be polluted by fuels, acids, pesticides or other harmful materials. If any of these materials are inadvertently spilled into these areas, the contractor shall immediately notify the OOD at SECTOR Key West. The contractor shall ensure that his or her operations do no expose any personnel to any hazardous conditions (i.e. noise, chemicals, etc.), as covered by OSHA/AFOSH standards. 1.11 PLACE OF PERFORMANCE Address: COMMANDER USCG SECTOR KEY WEST 100 TRUMBO POINT, KEY WEST, FL 33040 Country: UNITED STATES. The Government will award a contract to the responsible offeror who conforms to the solicitation and is most advantageous to the Government. FAR Clause 52.219-6 Notice of Total Business Set-Aside, FAR Clause 52.222-16 Wage Determination (2005-2119) applies, FAR Clause 52.232-33 Payment by Electronic Funds Transfer, 52.212-3 Offeror Representations and Certification - Commercial Items, 52.222-41 Service Contract Act, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remdies, 52.222-44 Fair Labor Standards Act. All vendors MUST be registered in CCR (Central Contractor Registration). Vendor to provide quote on a billed per monthly basis. COTR for the above requirement is SK2 Joseph Perez @ 305.292.8839. (PLEASE PAY CLOSE ATTENTION TO THIS COTR INFORMATION As I can not give you any information on setting up times to view the property, details on the property or anything associated with the Statement of Work. I am located in Downtown Miami and they are abviously in Key West FL)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCMi/HSCG28-11-P-S1005/listing.html)
- Place of Performance
- Address: USCG Sector Key West, 100 Trumbo Point Road, Key West, Florida, 33040, United States
- Zip Code: 33040
- Zip Code: 33040
- Record
- SN02322532-W 20101106/101104234150-5eaed9109dc5ad9e6bb8b77ddb56a699 (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 |