Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2016 FBO #5207
SOLICITATION NOTICE

S -- Blue Marsh Lake Lawn Maintenance - Solicitation W912BU-16-0022

Notice Date
2/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-R-0022
 
Archive Date
3/26/2016
 
Point of Contact
Robert W. Hutcheon, Phone: (215) 656-2291
 
E-Mail Address
robert.w.hutcheon@usace.army.mil
(robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation %16-P-0022 CENAP-CT-S 23 February 2016 FedBizOps Action Code: Combined Synopsis/Solicitation Class Code: S Subject: Lawn Maintenance at Three Sites Blue Marsh Lake Solicitation No.: W912BU-16-R-0022 Set-Aside Code: 100% Small Business Set-Aside (Prime Contractor) Response Date: Friday, 11 March 2016 1:00 PM Place of Performance: Blue Marsh Dam in Leesport, PA Contracting Office: U.S. Army Corps of Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390 Description of Work: 1.0 INTENT OF POSTING This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6 and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be included as part of this synopsis notice. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. The Solicitation Number for this acquisition is W912BU-16-R-0022 and a separate attachment (SF1449) is issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 20015-86. This requirement is being solicited as 100%Small Business Set-Aside under NAICS 561730 (LandscapingServices), size standard is $7.5 Million. The U.S. Army Corps of Engineers, Philadelphia Engineering District, intends to issue a Firm, Fixed Price (FFP) contract for the Maintenance of Lawns and Grasslands at Blue Marsh Dam in Leesport, PA. The offer for services will include A Base Period and Four Option Periods. Award will be made to the lowest priced offer that meets or exceeds the required experience as specified in this requirement. Service Contract Act Wage Determination No. WD 05-2005-2447 (Rev.-18) is applicable to this procurement. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1449 and return a signed copy along with their proposal by the closing date and time listed. 2.0 SUMMARY OF WORK The US Army Corps of Engineers, Philadelphia District will place a Base Year and four (4) Option Year, Firm Fixed Price (FFP) Contract for Lawn Maintenance at Blue Marsh Lake, adjacent areas, and, Bernville Protective Works. The attached PWS/SOW describes this effort. The award of a contract resulting from this RFQ is subject to the availability of funds. A summary of work to be performed is as follows: 1) The contractor shall provide all labor, material and equipment necessary and perform all work to comply with requirements for maintenance of grassed areas at Blue Marsh Lake as shown on attached drawings Lot I maps A, B, and C and as described herein 2) The period of performance will be: Base Year 1 April 2016 through 15 October 2016 Option Year One (1) 1 April 2017 through 15 October 2017 Option Year Two (2) 1 April 2018 through 15 October 2018 Option Year Three (3) 1 April 2019 through 15 October 2019 Option Year Four (4) 1 April 2020 through 15 October 2020 3.0 EVALUATION FACTORS (a) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors. A. FACTORS TO BE EVALUATED 1. COST/PRICE 2. EXPERIENCE B. EVALUATION APPROACH 1. COST/PRICE EVALUATION APPROACH: The Government will evaluate price by adding the total of all prices, including all options. Pricing shall be in accordance with the CLIN structure detailed in Section B "Supplies or Services and Pricing" of the RFP. Further breakdown of each line item may be requested during evaluations to determine price reasonableness. 2. EXPERIENCE EVALUATION APPROACH Experience will be determined by the relevant narratives/returns the contractor provides describing the contractor's ability to provide lawn maintenance services. If no Experience information is received from the offeror, the offeror will not be considered for this award and will be deemed as non-responsive. C. DEFINITIONS Experience - The experience rating will be expressed as an adjectival assessment of acceptable or unacceptable. 1. Acceptable - Based on the offeror's provided experience narrative, the Government has a reasonable expectation that the offeror will successfully perform the requirement. If no information on the required experience is received from the offeror, they will receive an unacceptable rating. Due to the specialized nature of the work described in the SOW/PWS, it is necessary that the Offeror demonstrate satisfactory performance of lawn maintenance, to large public spaces over a variety of geographical challenges (steep grade, obstacles, etc.). Large area lawn maintenance in a public area is a highly specialized operation that needs specific management skills and coordination. Low to Moderate Performance Risk. 2. Unacceptable - Based on the offeror's experience narrative, the Government has no reasonable expectation that the offeror will be able to successfully perform the requirement. Vendor has not met the experience levels described herein on similar jobs, on-site government personnel have had multiple negative experiences with the vendor's personnel, and customers the vendor provided as evidence of similar/like work were unsatisfied with overall vendor performance on similar jobs. - High Performance Risk. (b) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors. (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. (d) Options. 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). 4.0 SUBMISSION INSTRUCTIONS 1. Proposals, consisting of Cost/Price information and a Technical Proposal, shall be submitted. 2. PROPOSAL SUBMISSION Proposals shall be submitted in two (2) separate sections. Section I- Cost/Price Proposal The contractor shall provide pricing on the supplied schedule B of the SF1449. Section II- Experience For Experience Evaluations, offerors shall demonstrate a clear understanding of all processes involved in solving the problems and meeting the requirements presented in the PWS/SOW. This is a FFP type purchase order; price must be submitted in accordance with the line items in the RFP. Experience will be determined by how the Offeror demonstrate satisfactory performance of lawn maintenance, to large public spaces over a variety of geographical challenges (steep grade, obstacles, etc.). Large area lawn maintenance in a public area is a highly specialized operation that needs specific management skills and coordination. Contractors are required to describe a minimum of 2 jobs that they have performed within the past 5 years performing lawn maintenance services to large public areas, describe how difficult the jobs were that they did, and what they did to be successful in completing the jobs. **Failure to provide this information will result in your proposal being deemed "Non-Responsive"** All responses shall be written in a narrative format that shall not exceed 10 pages. The narrative shall be typed and written in Times New Roman 10-12 PT Font. All submissions shall be in English. The following format shall be utilized. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Small Business Status 5. POC - Primary contact name, telephone number and e-mail address. This person should be the decision maker and capable of contractually obligating the company. 6. Background or brief history of the company. B. A dissertation of the contractor's understanding of the Grounds Maintenance and detailed description on how the contractor will complete the Grounds Maintenance Requirement. The description will be through in the actions that the contractor will take to manage the project and reduce the risk of failure. Discussions of potential failures and subsequent recovery from the failure will determine the contractor's understanding of all of the risks involved and methods of mitigation. C. A Site Visit will be conducted on Thursday 3 March 2016 at Blue Marsh Lake. Offerors must contact Mr. Scott Sunderland via e-mail at scott.d.sunderland@usace.army.mil or calling the Park Office at (610) 376-6337. This will be the only opportunity to view the Lot areas. Offerors are strongly advised to avail themselves of this opportunity. A Request for Quote (RFQ) number W912BU-16-R-0022 (the solicitation) is a separate attachment with a closing date of Friday, 11 March 2016 1:00 PM. Hard copies will not be available and telephonic, written or fax requests will not be accepted. The official media for distribution of this RFQ is Federal Business Opportunities (FBO). Contractors may download the Combined Synopsis/Solicitation (including any drawings) and any amendments via the FBO web site at www.fbo.gov. It is the Offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. One (1) copy of the Offeror's proposal shall be submitted electronically to Robert.w.hutcheon@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the SAM website at www.sam.gov. Additional instructions will be included in the solicitation. Also, firms who receive a Federal contract in excess of $30,000.00 are required by legislation to submit an annual VETS Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: www.va.gov. Linda M Dobbs Contracting Officer Supply & Services Branch   SCOPE OF WORK LOT I Day Use Area C-1 The contractor shall provide all labor, material and equipment necessary and perform all work to comply with requirements for maintenance of grassed areas at Blue Marsh Lake as shown on attached drawings Lot I maps A, B, and C and as described herein. C-2 GENERAL LAWN MAINTENANCE REQUIREMENTS. 2.1 Policing of Debris and Trash -- The contractor shall police all of the mowing areas to insure that they are as free from litter, rocks, trash and other debris as possible prior to mowing. 2.2 Mowing and Trimming -- The contractor is required to mow and trim within the designated mow lines and around all structures and buildings in the Dry Brooks Day Use Area, to the heights specified in Section 3, Special Requirements by Area, and as noted in this section. All grass will be mowed to a height of no more than three (3) inches. Growth on road and parking lot shoulders shall be trimmed to no more than one (1) inch height. All mowing and trimming shall be accomplished in such a manner as not to damage any trees, shrubbery, ornamental plantings, Government property, or to endanger or annoy any visitors in the area. Conflicts between the contractor and the public shall be brought to the attention of the Park Manager, or his representative. No tractor mowing shall be performed within six (6) to twelve (12) inches of trees and shrubs. The contractor shall arrange his work schedule so that visitors are not unduly disturbed in accordance with directives by the Park Manager or his representative. No mowing shall be accomplished on Saturdays, Sundays or Federal Holidays or commence prior to 6:00 a.m. and continue beyond 7:00 p.m. No grass trimmings are to be left on sidewalks, paved roads, or parking lots. If "weed-eater" type trimmers are used, care will be exercised so as not to damage trees, tables, or property. Wire string may not be used with "weed-eaters". Each mowing and trimming shall be performed in one continual operation until completed, not to exceed two (2) continuous days from the start of mowing operations, excepting inclement weather. Each mowing and trimming will be accomplished only after advance coordination by the contractor's supervisor with the Park Manager or his designated representative. Mowing shall commence within one (1) to three (3) days of the date agreed upon by the Park Manager, or his designated representative. Mowing will not be permitted when ground is so wet that the mowing operations cause wheel rutting. Tables will be returned to their locations after mowing the grass that is under them. No table shall be moved by machinery (unless approved by the Park Manager) and shall not be pulled/pushed so as to cause turf damage. There are steep slopes associated with some of these areas and the Contractor should make a visual inspection of the areas to get an idea if special equipment is needed or for any other considerations. The contractor is required to trim or weed-eat around all trees, refuse containers, signs, charcoal grills, ash pits, volleyball posts, buildings, along walks, fences, walls, rock gutters, storm culverts, catch basins, manholes and pipeline markers, stone road shoulders, parking lot shoulders, and where grass areas meet rip rapped banks. Growth on road and parking lot shoulders shall be trimmed to no more than one (1) inch height. The contractor may control growth around all trees and the aforementioned areas to be trimmed, at their expense, with chemical growth inhibitors, providing the chemical does not damage any man-made or natural features. Any chemical used shall be approved first by the Contracting Officer's Representative. The contractor must be a Pennsylvania certified pesticide applicator and follow all appropriate procedures. The spray used by the contractor must utilize a marker dye and spray can extend no more than six (6) inches from the object being sprayed. Safety Data Sheets must be provided to the park manager for all chemicals prior to their application. Contractor will also fill out government supplied Pesticide Tracking Forms C-3 3 SPECIAL REQUIREMENTS BY AREA. 3.1 Dry Brooks Day Use Area -- At the entrance, start approximately one hundred twenty (120) feet from entrance gates to either side where pin oak trees are located and the slopes along Palisades Drive. Follow existing mow lines towards the first set of guide rails. No grass will be mowed on either side of the guide rail, shoulders will be maintained. At the South end of the guide rails continue along the designated mowing area. At the turnaround embankment no mowing is required along the outside edge. Continue to follow the designated mow line maintaining a three (3) inch height throughout the Dry Brooks Day Use Area. Mow and trim around the Sewage Pumping Station, and within the established mow line around the building. Weed-eat, or hand trim, along the trail and steps from Comfort Station "B" to the area just west of the boat beach below "F" parking. Keep trail width at five (5) feet. All growth occurring on the shoreline erosion control mattresses, and where the grass areas meet water's edge, the stone shoulders, rock gutter channels, rock catch basins, and rock outfalls, and any growth occurring on the road and parking areas stone shoulders, should be weed trimmed to no more than one (1) inch height. No mowing at the beach towel area, and below Parking Area "F" to include the boat beach area and bathhouse/concession building shall be performed after 9:00 a.m. C-4 EQUIPMENT AND SAFETY 4.1 Equipment -- The contractor shall have available sufficient equipment, manpower and other resources to perform mowing and trimming. All equipment shall be in good operating condition; and will be inspected by a representative of the Contracting Officer prior to award of the contract. The selectee must demonstrate to the satisfaction of the Contracting Officer or his representative that: a. Contractor has adequate equipment to meet the requirements of this solicitation. b. Contractor has the capability of obtaining adequate equipment within such time as will not delay commencement of the work and will present the equipment for inspection before work commences. c. Tractors/mowers shall be equipped with turf-type flotation tires, or approved equal. d. All cutting equipment will be kept sharp so as not to cause grass blade splitting. Use of sickle bars and flail mowers is prohibited. 4.2 Safety -- All equipment must conform to the requirements of the Corps of Engineers Safety Manual, EM 385-1-1, including but not limited to: a. Tractors/mowers shall be equipped with seat belts and roll bars. b. Rotary-type mowers shall be equipped with protective devices to prevent discharged material from flying or causing injury. c. Protective eye and ear protection shall be worn while operating weed eaters and tractors. d. Personnel shall, as a minimum, wear safety toed boots while working on the site. e. The contractor shall possess a Pennsylvania Certified Pesticide Applicators License in the appropriate category for any spray work he or she chooses to perform, and shall receive authorization from the Park Manager, or his representative, for any intended spray work. Material Safety Data Sheets shall be submitted for any substance the contractor utilizes in his spray operations. Contractor will also fill out government supplied Pesticide Tracking Forms. C-5 DAMAGE TO GOVERNMENT PROPERTY -- The contractor shall be responsible for restoring any Government facilities or structures damaged (including trees, shrubs and flowers) as a result of his operation. C-6 ACREAGE AND NUMBER OF CUTTINGS -- It is estimated that between fourteen (14) and sixteen (16) cuttings will be required during the term of the contract. The first cutting will be performed between 1 April and 15 April. This area shall be mowed within 5 days before the Memorial Day, Fourth of July, and Labor Day Holidays. Each cutting thereafter will be coordinated with the Park Manager or his designated representative as needed through 15 October Approximate acreages for the areas to be serviced are: AREA APPROXIMATE ACREAGE Dry Brooks Day Use Area 40.53 Acres (less than 3 inches) C-7 QUALITY ASSURANCE REQUIREMENTS -- The contractor shall contact the Park Manager, or his designated representative, to inspect the work to assure all requirements have been met. Such an inspection will be required before the contractor departs the work site, and before payment requests are processed. C-8 8 COORDINATION OF WORK - The Contractor shall meet with the Park Manager or his designated representative at least twice a month as arranged by the Park Manager, to coordinate work schedules in compliance with the contract. Any schedule changes, inspections or deficiencies shall be discussed at this time. LOT II All other Recreation Areas, Dry Brooks Boat Ramp, Stilling Basin, State Hill Boat Ramp & Church Road Access C-1 The contractor shall provide all labor, material and equipment necessary and perform all work to comply with requirements for maintenance of grassed areas at Blue Marsh Lake as shown on attached drawings Lot II maps A, B, C, and D and as described herein. C-2 GENERAL LAWN MAINTENANCE REQUIREMENTS. 2.1 Policing of Debris and Trash -- The contractor shall police all of the mowing areas to insure that they are as free from litter, rocks, trash and other debris as possible prior to mowing. 2.2 Mowing and Trimming -- The contractor is required to mow and trim within the designated mow lines and around all structures and buildings in State Hill Launch, Dry Brooks Launch, portions of the Stilling Basin, around the Sewage Lift Station and Stilling Basin Road shoulders, to the heights specified in Section 3, Special Requirements by Area, and as noted in this section. All grass will be mowed to a height of no more than four (4) inches. Growth on road and parking lot shoulders shall be trimmed to no more than one (1) inch height. All mowing and trimming shall be accomplished in such a manner as not to damage any trees, shrubbery, ornamental plantings, Government property, or to endanger or annoy any visitors in the area. Conflicts between the contractor and the public shall be brought to the attention of the Park Manager, or his representative. No tractor mowing shall be performed within six (6) to twelve (12) inches of trees and shrubs. The contractor shall arrange his work schedule so that visitors are not unduly disturbed in accordance with directives by the Park Manager or his representative. No mowing shall be accomplished on Saturdays, Sundays or Federal Holidays or commence prior to 6:00 a.m. and continue beyond 7:00 p.m. No grass trimmings are to be left on sidewalks, paved roads, or parking lots. If "weed-eater" type trimmers are used, care will be exercised so as not to damage trees, tables, or property. Wire string may not be used with "weed-eaters". Each mowing and trimming shall be performed in one continual operation until completed, not to exceed two (2) continuous days from the start of mowing operations, excepting inclement weather. Each mowing and trimming will be accomplished only after advance coordination by the contractor's supervisor with the Park Manager or his designated representative. Mowing shall commence within one (1) to three (3) days of the date agreed upon by the Park Manager, or his designated representative. Mowing will not be permitted when ground is so wet that the mowing operations cause wheel rutting. Tables will be returned to their locations after mowing the grass that is under them. No table shall be moved by machinery (unless approved by the Park Manager) and shall not be pulled/pushed so as to cause turf damage. There are steep slopes associated with some of these areas and the Contractor should make a visual inspection of the areas to get an idea if special equipment is needed or for any other considerations. The contractor is required to trim or weed-eat around all trees, refuse containers, signs, charcoal grills, ash pits, buildings, along walks, fences, walls, rock gutters, storm culverts, catch basins, manholes and pipeline markers, stone road shoulders, parking lot shoulders, and where grass areas meet rip rapped banks. Growth on road and parking lot shoulders shall be trimmed to no more than one (1) inch height. The contractor may control growth around all trees and the aforementioned areas to be trimmed, at their expense, with chemical growth inhibitors, providing the chemical does not damage any man-made or natural features. Any chemical used shall be approved first by the Contracting Officer's Representative. The contractor must be a Pennsylvania certified pesticide applicator and follow all appropriate procedures. The spray used by the contractor must utilize a marker dye and spray may extend no more than six (6) inches from the object being sprayed. Safety Data Sheets must be provided to the park manager for all chemicals prior to their application. Contractor will also fill out government supplied Pesticide Tracking Forms. C-3 SPECIAL REQUIREMENTS BY AREA. 3.1 Dry Brooks Boat Launch Area -- All mowing in this area shall follow the designated mow line, to include grass islands in the parking area and fee area turnaround, and shall be four (4) inch height. All growth occurring where the grass areas meet the riprap, stone shoulders, rock gutter channels, rock catch basins, and rock outfalls, and any growth on the road and parking areas stone shoulders should be weed-trimmed to no more than one (1) inch height. 3.2 Stilling Basin - Maintain a mow line of ten (10) feet from the edge of the road, on both sides, starting at the intersection with Palisades Drive for a distance of three hundred and fifty (350) feet, area of traffic meter. Mow around the Sewage Lift Station and trail entrance near the intersection with Palisades Drive, following the existing mow line. Mow a ten (10) foot swath around the gravel parking lot, entrance and exit lanes, and trim around wooden guide rails. From the area of the traffic meter down to the Stilling Basin parking lot the road shoulders will be weed-trimmed to no more than one (1) inch height. Mow the area between the access road and the rock gutter along the lane approaching the auxiliary lot. Mow existing open grass areas along the stream bank and between the picnic sites, around auxiliary lot and Stilling Basin Road. Also, mow around the weir pond, and the slopes beyond the macadam parking area to the weir pond, stream, riprap, and both sides of the concrete wing walls. Trim around trees rock gutters, wing walls, tables, ash pits, and where grass areas meet water's edge in this area. All mowing in this area shall be mowed to no more than a four (4) inch height. 3.3 State Hill Launch Area -- Follow the designated mow line, mowing to no more than a four (4) inch height, throughout the entire area to include the traffic island at the fee booth turnaround island, and parking area islands, the bank and outfall channel along Brownsville Road, from the entrance south to the property line, shall be trimmed each mowing. The contractor should use precautions to protect workers from traffic along this road. All growth occurring where the grass areas meet the riprap, stone shoulders, curbs, rock gutter channels, rock catch basins, and rock outfalls, and any growth on the road and parking area stone shoulders, should be weed-trimmed to no more than one (1) inch height. Mow and trim behind the comfort station in the picnic grove, to no more than a four (4) inch height to include the access area for the trail. Also mow the grass island and area around the auxiliary parking lot, as well as around the walkway to the main lot, mowed to no more than a four (4) inch height. 3.4 Church Road Access Area - Mow within the existing mowing limits, the flat area north of the parking lot, and the slopes down to the lake's edge. Trim around the guard rail fence posts, trees, picnic tables, portable toilet enclosure, and water's edge. Mowing height should be mowed to no more than a four (4) inch. C-4 EQUIPMENT AND SAFETY 4.1 Equipment -- The contractor shall have available sufficient equipment, manpower and other resources to perform mowing and trimming. All equipment shall be in good operating condition; and will be inspected by a representative of the Contracting Officer prior to award of the contract. The low bidder must demonstrate to the satisfaction of the Contracting Officer or his representative that: a. Contractor has adequate equipment to meet the requirements of this solicitation. b. Contractor has the capability of obtaining adequate equipment within such time as will not delay commencement of the work and will present the equipment for inspection before work commences. c. Tractors/mowers shall be equipped with turf-type flotation tires, or approved equal. d. All cutting equipment will be kept sharp so as not to cause grass blade splitting. Use of sickle bars and flail mowers is prohibited. 4.2 Safety -- All equipment must conform to the requirements of the Corps of Engineers Safety Manual, EM 385-1-1, including but not limited to: a. Tractors/mowers shall be equipped with seat belts and roll bars. b. Rotary-type mowers shall be equipped with protective devices to prevent discharged material from flying or causing injury. c. Protective eye and ear protection shall be worn while operating weed eaters and tractors. Personnel shall, as a minimum, wear safety toed boots while working on the site. d. The contractor shall possess a Pennsylvania Certified Pesticide Applicators License in the appropriate category for any spray work he or she chooses to perform, and shall receive authorization from the Park Manager, or his representative, for any intended spray work. Safety Data Sheets shall be submitted for any substance the contractor utilizes in his spray operations. Contractor will also fill out government supplied Pesticide Tracking Forms. C-5 DAMAGE TO GOVERNMENT PROPERTY -- The contractor shall be responsible for restoring any Government facilities or structures damaged (including trees, shrubsand flowers) as a result of his operation. C-6 ACREAGE AND NUMBER OF CUTTINGS -- It is estimated that between twelve (12) and fourteen (14) cuttings will be required during the term of the contract. The first cutting will be performed between 1 April and 15 April. These areas shall be mowed within five (5) days before the Memorial Day, Fourth of July, and Labor Day Holidays. Each cutting thereafter will be coordinated with the Park Manager or his designated representative as needed through 15 October. Approximate acreages for the areas to be serviced are: AREA APPROXIMATE ACREAGE Dry Brooks Launch 3.91 Acres (less than 4 inches) State Hill Launch 9.13 Acres (less than 4 inches) Stilling Basin 2.15 Acres (less than 4 inch) Church Road Access 2.13 Acres (less than 4 inch) C-7 QUALITY ASSURANCE REQUIREMENTS -- The contractor shall contact the Park Manager, or his designated representative, to inspect the work to assure all requirements have been met. Such an inspection will be required before the contractor departs the work site, and before payment requests are processed. C-8 8 COORDINATION OF WORK -- The Contractor shall meet with the Park Manager or his designated representative at least twice a month as arranged by the Park Manager, to coordinate work schedules in compliance with the contract. Any schedule changes, inspections or deficiencies shall be discussed at this time. LOT III BERNVILLE PROTECTIVE WORKS C-1 The contractor shall provide all labor, material, and equipment necessary, and perform all work to comply with requirements for maintenance of grass areas and application of weed killer at the Bernville Protective Works for those areas as shown on Drawings Lot III maps A & B. C-2 LAWN MAINTENANCE REQUIREMENTS FOR BERNVILLE PROTECTIVE WORKS. 2-1 Mowing and Trimming -- The contractor is required to mow and trim grass to no longer than a five (5) inch height. All mowing shall be accomplished in such a manner as not to damage any trees, shrubbery, ornamental plantings, or other Government property. Trimming is required around buildings, Fire Water Tank, and other structures and along road edges as further described herein under Section 2.2. Each mowing and trimming will be accomplished only after advance coordination by the contractor's representative with the Park Manager, or his designated representative. Mowing will not be permitted when the ground is so wet that wheel rutting and damage to levee slopes results from operations. No mowing shall be accomplished on Sundays and Federal Holidays or commence prior to 7:00 a.m. and continue beyond 8:00 pm. Mowing shall commence within one (1) to two (2) days of the date agreed upon by the Park Manager, or his designated representative. 2.2 Special Trimming Requirements -- If "weed-eater" type trimmers are used, care will be exercised so as not to damage trees and shrubbery. Weed trimming shall be accomplished as noted on Drawings Lot III maps A & B, and in accordance with the following instructions: Around trees planted east of the pumping station, around the pumping station and fences, around guardrail posts and under the guardrail going into the pumping station; around the transformer box and utility pole next to the transformer. Weed trimming shall be accomplished where the top of levee slopes meet stone road edges (main levee, Tributary Dams 1 and 2). Also, around the gate lifts and utility pole on top of main levee. Weed trim around air relief valve to fire hydrant, around trees behind and on side of gas station, around catch basin west of gas station. Weed trim around gate lift on levee next to Bernville Elementary School, around trees bordering the main- entrance road (inside gate) and leading to top of levee at Tributary Dam No. 1. Weed trim, or mow, slopes flanking culvert at the lower end of Tributary Dam No. 2. Also, weed trim around the concrete intake structures at Tributary Dams 1 and 2. Weed trimmers may not be equipped with wire string. 2.3 Length of Cutting -- Each mowing and trimming shall be performed in one continual operation until completed, not to exceed two (2) continuous days from the start of mowing operations, excepting inclement weather. 2.4 Acreage and Number of Cuttings -- There are approximately 26.41 acres to be mowed. It is estimated that ten (10) cuttings will be required during the term of this contract. The first cutting will be performed between 15 April and 30 April. Each cutting thereafter will be coordinated with the Park Manager as needed through 15 October. A portion of the ponding area may be too wet to mow on some occasions during the course of the contract, particularly in May and June. The Park Manager or his designated representative shall be notified at such times. 2.5 Policing of Debris and Trash -- The contractor will police all of the mowing areas to insure that they are free from litter, trash and other debris as possible prior to mowing. C-3 EQUIPMENT AND SAFETY 3.1 Equipment -- The contractor shall have available sufficient equipment, manpower and other resources to perform mowing and trimming. All equipment shall be in good operating condition; and will be inspected by a representative of the Contracting Officer prior to award of the contract. The low bidder must demonstrate to the satisfaction of the Contracting Officer or his representative that: a. Contractor has adequate equipment to meet the requirements of this solicitation. b. Contractor has the capability of obtaining adequate equipment within such time as will not delay commencement of the work and will present the equipment for inspection before work commences. c. Tractors/mowers shall be equipped with turf-type flotation tires, or approved equal. d. All cutting equipment will be kept sharp so as not to cause grass blade splitting. Use of sickle bars and flail mowers is prohibited. 3.2 Safety -- All equipment must conform to the requirements of the Corps of Engineers Safety Manual, EM 385-1-1, including but not limited to: a. Tractors/mowers shall be equipped with seat belts and roll bars. b. Rotary-type mowers shall be equipped with protective devices to prevent discharged material from flying or causing injury. c. Protective eye and ear protection shall be worn while operating weed eaters and tractors. d. Personnel shall, as a minimum, wear safety toed boots while working on the site. e. The contractor shall possess a Pennsylvania Certified Pesticide Applicators License in the appropriate category for any spray work he or she chooses to perform, and shall receive authorization from the Park Manager, or his representative, for any intended spray work. Material Safety Data Sheets shall be submitted for any substance the contractor utilizes in his spray operations. Contractor will also fill out government supplied Pesticide Tracking Forms. f. The steepness of levee slopes requires special consideration as to the type of equipment, weight of equipment, and center of gravity in order to accomplish the mowing in a safe manner while not causing wheel-rutting and erosion. Levee mowing will be closely monitored and inspected for damage for which the contractor will be held responsible. C-4 DAMAGE TO GOVERNMENT PROPERTY -- The contractor shall be responsible for restoring any Government facilities or structures damaged (including trees, shrubs and flowers) as a result of his operation C-5 QUALITY ASSURANCE REQUIREMENTS -- The contractor shall contact the Park Manager, or his designated representative, to inspect the work to assure all requirements have been met. Such an inspection will be required before the contractor departs the work site, and before payment requests are processed. COORDINATION OF WORK -- The Contractor shall meet with the Park Manager or his designated representative at least twice a month as arranged by the Park Manager, to coordinate work schedules in compliance with the contract. Any schedule changes, inspections or deficiencies shall be discussed at this time.   AWARD AND EVALUATION INFORMATION 3.0 EVALUATION FACTORS (a) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors. A. FACTORS TO BE EVALUATED 1. COST/PRICE 2. EXPERIENCE B. EVALUATION APPROACH 1. COST/PRICE EVALUATION APPROACH: The Government will evaluate price by adding the total of all prices, including all options. Pricing shall be in accordance with the CLIN structure detailed in Section B "Supplies or Services and Pricing" of the RFP. Further breakdown of each line item may be requested during evaluations to determine price reasonableness. 2. EXPERIENCE EVALUATION APPROACH Experience will be determined by the relevant narratives/returns the contractor provides describing the contractor's ability to provide lawn maintenance services. If no Experience information is received from the offeror, the offeror will not be considered for this award and will be deemed as non-responsive. C. DEFINITIONS Experience - The experience rating will be expressed as an adjectival assessment of acceptable or unacceptable. 3. Acceptable - Based on the offeror's provided experience narrative, the Government has a reasonable expectation that the offeror will successfully perform the requirement. If no information on the required experience is received from the offeror, they will receive an unacceptable rating. Due to the specialized nature of the work described in the SOW/PWS, it is necessary that the Offeror demonstrate satisfactory performance of lawn maintenance, to large public spaces over a variety of geographical challenges (steep grade, obstacles, etc.). Large area lawn maintenance in a public area is a highly specialized operation that needs specific management skills and coordination. Low to Moderate Performance Risk. 4. Unacceptable - Based on the offeror's experience narrative, the Government has no reasonable expectation that the offeror will be able to successfully perform the requirement. Vendor has not met the experience levels described herein on similar jobs, on-site government personnel have had multiple negative experiences with the vendor's personnel, and customers the vendor provided as evidence of similar/like work were unsatisfied with overall vendor performance on similar jobs. - High Performance Risk. (b) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The two evaluation factors that will be used in determining the most beneficial proposal to the government are: Cost/Price and Experience. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for the experience factor. Price will be the most significant factor in consideration of award. Tradeoffs are not permitted. Proposals are evaluated for acceptability but are not ranked using the non-cost/price factors. (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. (d) Options. 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). E. AWARD Award will be made to the lowest priced offer that meets or exceeds the required experience as specified in this ITO. F. STRUCTURE A. This contract will be a Base Period followed by Four (4) Option Periods: Base Year 1 April 2016 through 15 October 2016 Option Year One (1) 1 April 2017 through 15 October 2017 Option Year Two (2) 1 April 2018 through 15 October 2018 Option Year Three (3) 1 April 2019 through 15 October 2019 Option Year Four (4) 1 April 2020 through 15 October 2020 B. CLIN (Line Item) Structure The CLIN structure for this contract will be as follows. Offers must be formatted in this structure. Payments on the contract will be monthly for the six months of each contract year. The monthly payment will be 1/6th of the total for each sub-CLIN as quoted. For example, if the contractor quotes $12,000.00 for a Sub-CLIN as a TOTAL, it should be quoted as $2,000.00 for six (6) months for the total quote. The total is paid over the six (6) months of performance, not for each evolution. i.e.: CLIN 0001 BML Lawn Maintenance (Base Year) $Total Annual Price SubCLIN 00101 Lot 1 6 Mos. Monthly Price $Annual Price Lot 1 SubCLIN 00102 Lot 2 6 Mos. Monthly Price $Annual Price Lot 2 SubCLIN 00103 Lot 3 6 Mos. Monthly Price $Annual Price Lot 3 CLIN0002 BML Lawn Maintenance (Option Year 1) $Total Annual Price SubCLIN 00201 Lot 1 6 Mos. Monthly Price $Annual Price Lot 1 SubCLIN 00202 Lot 2 6 Mos. Monthly Price $Annual Price Lot 2 SubCLIN 00203 Lot 3 6 Mos. Monthly Price $Annual Price Lot 3 CLIN0003 BML Lawn Maintenance (Option Year 2) $Total Annual Price SubCLIN 00301 Lot 1 6 Mos. Monthly Price $Annual Price Lot 1 SubCLIN 00302 Lot 2 6 Mos. Monthly Price $Annual Price Lot 2 SubCLIN 00303 Lot 3 6 Mos. Monthly Price $Annual Price Lot 3 CLIN0004 BML Lawn Maintenance (Option Year 3) $Total Annual Price SubCLIN 00401 Lot 1 6 Mos. Monthly Price $Annual Price Lot 1 SubCLIN 00402 Lot 2 6 Mos. Monthly Price $Annual Price Lot 2 SubCLIN 00403 Lot 3 6 Mos. Monthly Price $Annual Price Lot 3 CLIN0005 BML Lawn Maintenance (Option Year 4) $Total Annual Price SubCLIN 00501 Lot 1 6 Mos. Monthly Price $Annual Price Lot 1 SubCLIN 00502 Lot 2 6 Mos. Monthly Price $Annual Price Lot 2 SubCLIN 00503 Lot 3 6 Mos. Monthly Price $Annual Price Lot 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-R-0022/listing.html)
 
Place of Performance
Address: Blue Marsh Dam, 1268 Palisades Drive, Leesport, Pennsylvania, 19533, United States
Zip Code: 19533
 
Record
SN04028345-W 20160225/160223235411-6b38113f511cdf9828c4de1c9a30cb1b (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.