Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
DOCUMENT

S -- GROUNDS SVCS - Attachment

Notice Date
12/19/2012
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24913Q0176
 
Response Due
12/28/2012
 
Archive Date
1/7/2013
 
Point of Contact
RONALD CLARK
 
E-Mail Address
.CLARK3@VA.GOV<br
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number VA249-13-Q-0176 is issued as a (Request for Quotation (RFQ). This requirement is Small Business. NAICS: The NAICS is 561730 and the small business size standard is $7.0. Any firm that is not considered a small business under this NAICS code should not submit a response to this notice. To be eligible to receive a government award, the offeror must be currently registered in System for Award Management or may register with SAM at http://www.sam.gov/ Period of Performance (POP) Base plus four option years: Base Year - 1 Mar 2013 to 30 Sept 2013 "1,400 lbs/1,000 sq. ft for 30 acres dimension plus fertilizer, 7 gals. 75 oz/ 1,000 sq ft for 30 acres. $__________ "Spray 30 acres with Pre Emerge, Fertilizer, and Herbicide treatment $__________ Option Year 1- 1 March 2014 to 30 September 2014 "1,400 lbs/1,000 sq. ft for 30 acres dimension plus fertilizer, 7 gals. 75 oz/ 1,000 sq ft for 30 acres. $__________ "Spray 30 acres with Pre Emerge, Fertilizer, and Herbicide treatment $__________ Option Year 2- 1 March 2015 to 30 September 2015 "1,400 lbs/1,000 sq. ft for 30 acres dimension plus fertilizer, 7 gals. 75 oz/ 1,000 sq ft for 30 acres. $__________ "Spray 30 acres with Pre Emerge, Fertilizer, and Herbicide treatment $__________ Option Year 3- 1 March 2016 to 30 September 2016 "1,400 lbs/1,000 sq. ft for 30 acres dimension plus fertilizer, 7 gals. 75 oz/ 1,000 sq ft for 30 acres. $__________ "Spray 30 acres with Pre Emerge, Fertilizer, and Herbicide treatment $__________ Option Year 4- 1 March 2017 to 30 September 2017 "1,400 lbs/1,000 sq. ft for 30 acres dimension plus fertilizer, 7 gals. 75 oz/ 1,000 sq ft for 30 acres. $__________ "Spray 30 acres with Pre Emerge, Fertilizer, and Herbicide treatment $__________ Description of Services: This contract covers semi-annual (2) weed and feed treatments (1 in March and 1 in September) of approximately 30 acres located at the Alvin C. York VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129. The work to be covered under this contract includes all labor, materials, equipment, supervision, and transportation for this project. Services to be performed involve a split application of weed killer, fertilizer, and pre-emergent herbicide in liquid form to the building fronts of Bldgs 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 107, and 116; the quadrangle; the entire front entrance including the center islands, the flagpole and cannon area and approximately 15' on each side of the entrance; and approximately 10' across the road from the buildings around the Veterans Circle. Due to high patient traffic in front of Bldg 117, the treatment will consist of a one-time granule application in this area. 1.2 STATEMENT OF BID ITEMS A. Furnish all materials, labor, equipment, supervision, and transportation to complete semi-annual (2 ) treatments per year, 1 in March and 1 in September) of approximately 30 acres on the Alvin C. York VA Medical Center. Treatment shall include the application of the appropriate chemicals to eliminate existing weed and clover growth, and fertilizer to aid in the growth of grasses on campus. 1.3 QUALIFICATIONS A. Prior to award of this contract, the contracting firm shall furnish to the Government a statement of facts, in detail, as to his previous experience, organization, and facilities, available to perform this work. Contractor must be certified in application of the chemical used in this treatment through the appropriate agencies. 1.4 EQUIPMENT A. All equipment, tools, etc, shall be properly maintained while on the project and shall be adequate, in quality and capacity for proper execution of the work. 1.5 SCHEDULING A. The Contractor will perform all work during normal hours, from 8:00am to 4:30pm. Due to the nature and scope of the treatment, the application shall be completed during the weekend. B. All work in areas involved shall be scheduled with the VA Engineering Service representative, Timothy Newmann at (615) 456-6440. Work shall be scheduled for proper execution to completion of this contract. 1.6 SITE VISITS A. Job site shall be visited to verify all existing conditions and the extent of work involved with the VA Engineering Service representative. Visits to the site may be made by appointment only, during regular business hours by contacting Timothy Newmann at (615) 456-6440. 1.7 INSPECTIONS A. All work shall be inspected during applications and at final completion by the VA technical representative. 1.8 SAFETY REGULATIONS A. All applicable safety regulations shall be observed during all work of this contract. B. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. C. The contractor will have all appropriate Material Safety Data Sheets (MSDS) on site during the chemical treatment process. D. All applicable State, Local, and Federal regulations concerning chemical treatment shall be strictly observed during the course of this work. 1.9 WARRANTY: A. All work shall be warranted against defects in material and workmanship for a period of one (1) year from date of acceptance unless otherwise noted. 1.10 DELIVERY, STORAGE and HANDLING: A. Vendor shall deliver approved material to the job site and secure only in areas designated by the VA COR. B. All materials must be protected from damage during storage and installation. C. All chemicals used to perform maintenance for weeds/clover control shall be EPA approved for the use intended. PART II - EXECUTION 2.1 GENERAL A. The vendor shall perform a site inspection prior to selection of chemicals to determine plant growth and control methods. B. Treatment shall be accomplished in accordance with inspection results and within EPA guidelines. C. All chemicals used shall be introduced in a manner that eliminates weeds/clover and supports healthy growth of native grasses. D. Due to the nature and scope of the work to be completed, all work shall be completed between the hours of 8:00 am to 4:30 pm on the weekend. F. All visits shall be coordinated through the VA COR. G. A final report shall be provided indicating the types of chemicals used, MSDS for those chemicals, amounts used to control weeds/clover, the reasoning behind the control methods, and any recommendations to assist in future weed/clover control, and native grass growth. PART III - INSPECTIONS A. The vendor shall coordinate all inspection efforts with the VA COR. B. Any events that have a negative impact on growth of native grasses in the treated area shall be reported in writing as to what created the situation and necessary corrective measures. Contract Type: The government anticipates awarding a Firm Fixed Price award. Award will be made to lowest price quote which conforms to the requirements within this solicitation. To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Quotes must be received by September 27, 2012. Email your quote to ronald.clark3@va.gov faxed to 615-849-3769 or mail to the following address: Department of Veteran Affairs, Network Contract Activity, NCO 9, ATTN: Ronald Clark, 1639 Medical Center Parkway, STE 400, Nashville TN, 37129. All questions should be emailed to ronald.clark3@va.gov. Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; 52.217-8 Option for increased Quantity-separate priced line item 52.217-9 Option to extend the term of the contract, 52.232-18 Availability of funds. VAAR 852.215-70, 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED. SMALL BUSINESS SET-ASIDE (DEC 2009), 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside. Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments; FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements; and 52.219-14 Limitation on Subcontracting. Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913Q0176/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-13-Q-0176 VA249-13-Q-0176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=560881&FileName=VA249-13-Q-0176-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=560881&FileName=VA249-13-Q-0176-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Alvin C. York VA Medical Center;3400 Lebanon Pike;Murfreesboro TN. 37129
Zip Code: 37129
 
Record
SN02951843-W 20121221/121219234401-a3085a872f89fdf5cc9933ca8ee0587e (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.