SOLICITATION NOTICE
S -- GS-05P-12-SL-D-0029
- Notice Date
- 1/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Management Division- Ohio Service Center, General Services Administration, Public Building Service, 201 Superior Avenue, Cleveland, Ohio, 44114, United States
- ZIP Code
- 44114
- Solicitation Number
- GS-05P-12-SL-D-0029
- Point of Contact
- Anna E. Vanko, Phone: 5132464408, Andrew J. Latta, Phone: 5132464420
- E-Mail Address
-
anna.vanko@gsa.gov, andrew.latta@gsa.gov
(anna.vanko@gsa.gov, andrew.latta@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 5 January 2012 - GS-05P-12-SL-D-0029 - Bricker Ferderal Building Landscaping Contract Description: The following work will be performed at the Bricker Federal Building, 200 North High Street, Columbus, OH 43215. NAICS: 561730 - Landscaping Services Project Summary Description: The contractor shall provide the management, supervision, manpower, equipment and supplies necessary to provide landscaping services as described herein. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). If you are an Ability One Program (formerly the Javits-Wagner-O'Day Program) contractor, please include any Ability One requirements in your offer. A walk through has been scheduled for Thursday January 26, 2012 at 10:00am. Please meet at the GSA office in room 607. After award, the successful offeror will be given a written Notice to Proceed, and shall provide contractual services for a 12 month period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about April 1, 2012. The Government shall have the unilateral option of extending the term of this contract for 4 consecutive additional periods of 12 months each. All work shall be performed between the hours of 7:30 am and 4:00 pm, Monday through Friday, Federal holidays excluded, unless specifically approved or requested by the COR. Landscaping maintenance will be performed during the calendar year on a cycle approved by the COR to maintain the areas in a neat and clean manner. Policing landscape areas to remove trash will be done by the Janitorial staff between scheduled landscaping visits as directed by Property Management. Basic Landscaping Maintenance includes mulching, pruning, watering, weed, pest and disease control, plant maintenance, and replacement. In compliance with EPA and USDA requirements, compost and fertilizers made from recovered organic materials and biobased herbicides and pesticides will be used unless an alternative product is approved by the COR. The Contractor shall be held liable for any damage to grounds, vegetation, or landscaping due to his negligence and shall promptly report any theft or missing plants to the COR. The COR will determine if the plants are covered under the one year/season guarantee or if the government will order the replacement under additional services. The contractor is responsible for watering landscaped areas as needed (see Section C7 for availability of water connections). If weed, pest or disease control is needed the COR will approve in advance their application. Planters will be well maintained and free of weeds and trash. Planters, shrubbery, trees and other landscaping will be pruned to maintain a well groomed appearance and be free of deadwood, suckers, litter and weeds. Fence areas, turf areas, sidewalks, gutters, roadways and other surfaces included in the maintenance area shall be free of leaves, litter and other debris. The contractor is responsible to maintain all live plants in common areas of the building. Planters at the building consist of the following: 14 large (52" cement) planters, 9 small (32" cement) planters, 4 extra large (48" wide x 42.5" high) decorative planters situated on the second floor skywalk, 2 window planters (48" wide x 27' 3" long and 27.5" x 27.5') on the exterior corners of the building and one interior planer on the second floor (18" x 28'). The figures are estimates only. The offeror is responsible for verifying dimensions and quantities. The Contractor will provide seasonal planting design, installation and maintenance for the areas identified in Exhibit 8. The offer shall include a seasonal planting design for the initial year of the contract with associated price to include the cost of the plants, installation, maintenance, fertilization, and watering. In subsequent years, the Contractor shall submit seasonal planting designs included in basic landscaping services to the COR 60 days prior to scheduled planting date and COR must approve prior to installation. The plants will be guaranteed for the season and failing or missing plants will be replaced at no cost to the government. A photographic record (in digital format) shall be provided to the COR of each season's plantings. Images should be taken prior to and after planting activities. NOTE: The Contractor shall remove all debris generated in the performance of this contract each day service is performed. Upon completion of the repair or installation work, the Contractor shall remove and dispose of all unused materials, containers, wrappings, cuttings, trimmings and any other debris accumulated as a result of this contract. Organic materials shall be composted and other materials shall be recycled to the extent possible. Report composting weight if required by the COR. Evaluation of Proposals: The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government based on the evaluation factors. The evaluation factors to be used are total evaluated price and past performance. Past performance is significantly more important than price. As proposals become more equal in terms of past performance, the total evaluated price becomes more important. Proposals will include the following elements: Quality Control Plan (QCP) Past Performance Reference Sheet Price Proposal Contracting Office: 208 Potter Stewart USCH, 100 E. Fifth Street, Cincinnati, OH 45202 Proposals will be due Thursday February 9, 2012 by 4pm to Anna Vanko, 208 Potter Stewart USCH, 100 E. Fifth Street, Cincinnati, OH 45202, fax 513-246-4492.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT2/GS-05P-12-SL-D-0029/listing.html)
- Place of Performance
- Address: Bricker Federal Building, 200 North High Street, Columbus, Ohio, 43215, United States
- Zip Code: 43215
- Zip Code: 43215
- Record
- SN02649605-W 20120107/120105234957-c0dd02b8097727c7916df23cb4e78636 (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 |