SOLICITATION NOTICE
S -- Lawn maintenance
- Notice Date
- 12/11/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Agricultural Research Service - Southeast Area
- ZIP Code
- Service-Disabled Veteran-Owned Small Business
- Solicitation Number
- 12405B19-940533
- Response Due
- 12/21/2018
- Point of Contact
- Lynn S. Hults, Purchasing Agent, Phone 9792609376
- E-Mail Address
-
lynn.hults@ars.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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. Solicitation number 12405B19-940533 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 561730 (Landscaping Service), with a small business size standard of $7.5 Million. Specifications: With the following minimum specifications: STATEMENT OF WORK LAWN MAINTENANCE AND LANDSCAPING SERVICES US Department of Agriculture The US Department of Agriculture (USDA), Agricultural Research Service (ARS), U.S Horticultural Research Laboratory (USHRL) needs a single Contractor who can provide materials, equipment, supervision, transportation, labor, work plan, and schedule to assure effective performance of lawn maintenance and landscaping services located at 2001 South Rock Road, Fort Pierce, FL 34945. 1. SCOPE OF WORK The term under this contract is for the Contractor to perform full lawn maintenance and landscaping services to include a minimum of forty (40) grass cuttings per 12 month period. Lawn services to include mowing, trimming, edging, hedging, leaf blowing, and weeding. Proper removal and disposal of any lawn litter including trash, but not limited to clearing of landscape debris such as grass clippings, dry leaves, sticks, fallen tree branches, boots from trees, and loose rocks, etc. The following minimum requirements needed for the successful performance of work: a) Ground Maintenance i) Grass Mowing: (1) Mowing height shall be according to the type of grass. Typically maintain mowing height not to exceed one third (1/3) of the leaf blades (approximately 3"- 4" in height). Leave clippings on lawn to serve as extra nutrients. Distribute large clumps of clippings by mechanical blowing; collecting, removing and/or spreading across the lawn. (2) When mowing, grass clipping discharge shall not be directed towards storm drains and retention ponds. Special attention not to direct grass clippings towards the shell rock in the Micro lab building mini pond. Built up grass clippings tend to clog the shell rock thus restricting water flow. (3) Mow the pathway at its lowest level for water to flow from the Micro Lab and greenhouse retention pond to the overflow storm drain. (4) Change grass mowing patterns as much as possible to prevent any depression on the ground and to equally keep grass grow healthier. Cut in pattern that discharges grass clippings away from roads, sidewalks, covered walkways, storm drains, shrub beds, and parking lots. (5) Grass shall not be mowed when wet. Partial mowing may be allowed unless the weather forces delay. Continue mowing as favorable weather conditions exist. There might be certain months of the year in which the lawn will be dormant, and service is not required. (6) Do not spin wheels on wet grass and on steep slopes, causing ruts. (7) Cutting blades must always be kept sharp before each cutting to maintain a good, clean cut and to minimize turf damage. (8) Keep lawn clear from any debris or litter. ii) Trimming and Edging: (1) Trimming and edging shall include any areas bordered by grass such as sidewalks, driveways, parkways, curbs, plant beds, shrubs, irrigation control boxes, sprinkler heads, palm trees, security fence, any vegetation and trees touching the buildings and concrete walls. (2) Trim any tree branches overhanging on sidewalks or walk ways blocking pedestrian path. (3) Trim tree branches blocking the security cameras. (4) Trim shrubs accordingly at least twice (2X) within the 12 months period. Recommend using single hedge trimmer with leaf rake to prevent trimmings falling into the ground. Maintain long straight hedge rows. (5) Trim grass around five (5) retention ponds down to the water line level and any grass blocking the storm drain channels. (6) Clear main overflow outlets from any obstructions such as tall grasses and debris. (7) No hedging on shrubs is allowed following growth flushes. iii) Leaf blowing: (1) Clear all grass clippings, dried leaves and/or any debris away from sidewalks, covered walk ways, parking lots, curbs, carports, lava rock islands, storm drains, swale, road ways, driveways, picnic area and concrete aprons Immediately after mowing and/or edging to eliminate tracking of grass and debris around facilities. (2) Leaf blow any dry leaves sitting underneath the trailer and around the trench drains. (3) Leaf blow loading dock, greenhouse areas and insectary area. iv) Trash Disposal: (1) Disposal of any trash collected shall be the responsibility of the contractor. (2) Contractor is responsible for policing and picking up any debris laying on the lawn, ground, parking lots and even debris behind the flower beds. v) Weeding: (1) Weeds growing around sprinkler heads shall be trimmed or treated to prevent any grass or weeds obstructing the water spray. (2) Occasionally inspect and apply herbicides for any weeds growing in the sidewalk, curbs, plant beds, tree ring, and parking lot. (3) Pull out any dry leaves or any unwanted growth around ornamental plants at least twice (2X) within the 12 months period. (4) Remove any unwanted vines crawling along side of the buildings, shrubs and along the security fence. vi) Clearing Canal Vegetation: (1) The entire length of the canal to service is measured approximately 1,787 linear feet including the 20 ft. transition ditch that connects both sides to the county ditch area. Cutting the grass covers up to approximately 10 ft. from the shoulder of the canal to the road way. Maintain the removal of vegetation that impedes the flow of water into the canal. Cut the tall grasses down to the water line level of the canal including removal of clippings or any debris. Sides cut well sloped, clean and properly graded. For security purposes, clear out tall grasses and any vines growing along the fence impeding clear view of the surroundings. Major emphasis of grass cutting is focused during dry season or before the start of hurricane season (June - November). vii) All elements of the lawn maintenance cycle shall be completed the same day they are started unless bad weather conditions prevail. b) Irrigation i) Irrigation system timer shall be USHRL responsibilities. ii) The Contractor shall be held liable for any damages done because of reckless lawn maintenance operation, such as running over sprinkler heads and any fixed objects such as signs, post, etc. iii) Report any problems which may require immediate maintenance or repair to the irrigation system. 2. CONTRACTOR QUALIFICATIONS a) The Contractor's firm must have a thorough understanding of lawn maintenance and landscaping that meets the Federal, State, County and or City laws, regulations and ordinances. b) Contractor who will be carrying out the assigned task must have a minimum of three (3) continuous years' experience in the ownership and direct management of arboricultural work. c) Contractor must carry current state licenses and or certificates to perform the assigned tasks. d) Contractor must be responsible in obtaining any permits, licenses, certificates or fees required for the performance of his duties. e) Contractor must provide at least (3) references of successful completed lawn maintenance service contracts. f) The Contractor will be responsible to supply all lawn equipment, power tools, hand tools, personal protective equipment, covering, cleaning equipment, supervision, transportation, and all efforts necessary to carry out the assigned task herein. The service cost is to include any equipment rented or owned by the contractor. g) All services shall be completed in a workmanship manner and in accordance with the Federal, State, County and or City standards. Any services which are not presented in an orderly and reasonable neat and or workmanlike appearance shall be reworked when so directed by the Contracting Officer or Government authorized representative at no cost to the Government. h) The Contractor, upon completion of work, is responsible for cleaning and removing from site all debris, materials, and equipment associated with the work performed. 3. SUBMITTALS a) The Contractor shall submit proposed detailed schedule and procedures to Contracting officer for approval before work is started. b) If required, submit any manufacturer's product data sheets and manufacturer instructions in accordance with the contract specification. c) Once product submittals are approved, the Contractor must not change approved products at any time during the term of this contract without written approval by the Contracting Officer. d) The commencement of this project shall begin after all the equipment and tools needed are verified complete. e) Once contract is awarded, contractor must submit work schedule to Contracting Officer within five (5) working days. 4. GOVERNMENT RESPONSIBILITIES a) To provide access to the facility during working hours Monday thru Friday 7:00 AM till 4:00 PM, excluding all Government holidays, until work is completed. Work schedule other than working hours must be coordinated with the Government authorize representative for approval. The Government observes the following holidays: New Years' Day January 1 Martin Luther King Jr. Birthday Third Monday January President's Day Third Monday February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day November 11th Thanksgiving Fourth Thursday in November Christmas December 25th Note: When holiday falls on a Saturday, the proceeding Friday shall be considered a holiday. When holiday falls on a Sunday, the following Monday will be considered a holiday. Contractor service, as scheduled by Contractor, to be performed on days that fall on observed holidays will be performed the following working day. b) No waiver by the Government. The failure of the Government to insist upon the strict performance of any one or more of the terms of this contract shall not be construed as a waiver or relinquishment of the right to assert or rely upon strict performance or option on any future occasion. c) The Contractor will not be granted access inside the building but will be required to perform duties in controlled areas and will abide by all security regulations imposed. d) The Government will furnish utility services (water &. electricity) at no cost to the Contractor for the completion of the work�� e) The Government will make every effort to review and process Contractor payment request in an expeditious manner, thereby assuring earliest possible payment under the contract terms and provisions. 5. REPORTING REQUIREMENTS AND DELIVERIES a) The submitted price proposal are to be all inclusive. That is, any cost over runs to be absorbed by the Contractor, or any cost savings profit. b) All change orders in the contract must be in writing, referencing the contract number assigned, and approved by the Contracting Officer prior to any authorization to proceed. The Contractor who fails to acquire change orders in writing runs the risk of incurring these additional costs without payment. All Contractors are to have an opportunity to quote on service scope of work. Proposed pricing shall include everything the Contractor anticipates necessary to complete the job (i.e., rental equipment, labor, supervision, transportation, subcontractor costs, mobilization costs, demobilization costs, permits, testing, etc.). These costs to be inclusive part of the overall proposed price and as such not itemized. c) The Government will assume no responsibility for Contractor materials and equipment which are damaged due to mishandling, misuse and abuse. d) Request payment in accordance with the terms of the contract shall consist of: i) Contractor's invoice must be presented for payment at the completion of the service. ii) Obligation of the government to make any payments shall, in the discretion of the CO, be subject to (1) reasonable deductions because of defects in materials or workmanship, and (2) any overpayments to the contractor shall, unless otherwise adjusted, be repaid to the government upon demand. iii) Payments will not be made for materials and equipment in transit. e) The Contractor shall report to the CO or authorized representative by telephone, any accidents involving injury, death, damaged to Government property resulting from the activities of the Contractors his subcontractors or employees within the time limit set forth in the Contractor's Safety and Health Plan. i) The Contractor written accident report shall be forwarded to the COR or COR within 1 hour. ii) The Contractor shall cooperate and provide data to any follow up investigation of an accident. 6. PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS The project is under the general direction of the Contracting Officer (CO) or designated Contracting Officer Representatives, referred to as "COR". Except in connection with major disputes, the CO has complete charge of the work and of the Government. The action taken pursuant thereto, are not intended to and shall not relieve the Contractor of responsibility for the accomplishment of the work either about to sufficiency or time of performance. a) The Contractor shall provide a Contract Manager who shall be responsible for the performance of work. This individual is responsible for the supervision, administration, and coordination of all required services and shall be the direct point of contact with the Government. The person assigned and alternate (s) who shall act for the Contractor shall be designated in writing to the CO prior to the award. When the Contract Manager is absent, the Contractor shall provide telephone number of the Contract Manager and alternate(s) where these persons may be contacted outside normal duty hours. b) The Contract Manager or alternate shall meet as necessary with Government personnel designated by CO to discuss problem areas. Any major issues, after normal duty hours, the contract manager or alternate shall available within 2 hours upon request without any cost to the Government. c) The Contractor shall ensure that employees have the following current and valid certified qualifications to perform the work. Employees not properly certified and qualified will not be allowed to perform the work. d) The Contractor will not employ persons to work for this contract if such employee is identified to the contractor by the CO or authorized representative as a potential threat to health, safety, security, general wellbeing or operational mission of the facility and its employees. Violators will be removed and be barred from entering the project site. e) The Contractor will provide a listing of all personnel performing work under this contract. Any changes to personnel list must be made in writing prior implementation of such change (s). f) The Contractor will develop and maintain a work schedule for each area to achieve performance standards as identified. The work schedule should indicate the task and frequencies for each work description identified. Before commencement date of contract, the Contractor will submit to the CO the planned work schedules within five (5) days. Notify CO or his authorized representative, in writing of any pending changes to the service schedule five days before implementation. g) The Contractor shall be responsible safeguarding Government property. At the close of each work period, government facility, equipment and materials shall be secured. Prior to leaving, the Contractor's work area shall be secure to prevent theft or vandalism. h) The Contractor will be responsible for any damage caused by their personnel to the building, finishes, furnishings, equipment, etc., and shall repair, clean, replace, or restore damaged items to the condition existing prior to the item being damaged. Report damages to COR. i) The Contractor shall ensure all personnel are alert to and report any facility discrepancies observed to the Contractor's Supervisor on duty who shall notify the COR. Report any damage to fixtures, structures, clogged or inoperable drains, or other conditions which prevent the proper performance of their duties. Report all evidence of vermin infestations (i.e. ants, mice, bugs, etc.) to COR immediately upon discovery. j) The Contractor will establish and maintain his complete quality control plan to ensure the requirements of this contract are met. Quality control plan will be considered as work or service will be subject to acceptance throughout the term of the contract, to include extensions of contract terms. 7. INSPECTION AND ACCEPTANCE REQUIREMENTS a) The Contracting Officer (CO) will assign a Contacting Officer Representative (COR) who will be the Contractor primary point of contact with the Government. b) The COR will review Contractor quality control program, perform surveillance of Contractor's performance and inspection procedures and perform such job inspections as deemed necessary. Agricultural Research Service reserves the right to perform any type of inspections set forth herein. c) COR will visit the work site whenever it is considered necessary or advisable. The Government will monitor the Contractors performance using different methods of inspection as necessary to assure Contractor performance meets all the requirements of the contract. Contractor shall correct any deficiencies identified during inspection at no additional cost to the Government. d) If re-performance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. e) As a minimum, inspection procedures shall be performed and recorded to ensure that all requirements are satisfied, and good safety practices are followed. f) All work accomplished by the Contractor which is not in compliance with the contract specifications for which Government approval is not obtained, if discovered by Government field inspection, shall be completely reworked and replaced in accordance with the specifications at no additional cost to the Government. In the event the work performance of the Contractor is unsatisfactory, the Contractor will be notified by the Contracting Officer and be given one day to correct the work. Labor for all re-work will be at no cost to the government. 8. ENVIRONMENTAL PROTECTION As general requirements, Contractor shall provide and maintain environmental protection during the life of the contract as defined herein. Environmental protection shall be provided to correct conditions that develop during the construction of permanent environmental protection features, or that are required to control pollution that develops during normal construction practices. The Contractor's operations shall comply with all federal, state and local regulations pertaining to water, air, solid waste, hazardous waste and substances, and oily substances. Contractor shall remove and transport all waste off the Government property and dispose of it in a manner complies with federal, state and local requirements at their own expense. a) The Contractor shall provide spill and clean up contingency plan in response of emergency in nature on a 24 hour on-call basis. b) If Contractor spills or releases any substance into the environment, the contractor or its agent shall immediately report the incident to the CO or COR. c) The liability for the spill or release of such substance rest solely with the Contractor and its agent. A written report shall be submitted to the CO no later than 24 hours after initial telephonic report. The report shall be in narrative form and as a minimum include the following: i) Description of item spilled (identity, quantity, manifest number). ii) Exact time and location of the spill including area involved. iii) Containment procedures initiated. iv) Description of clean procedures employed or to be employed at the site including disposal location of spill residue. 9. CONSERVATION OF UTILITIES a) Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions which preclude the waste of utilities, which shall include that lights shall be used only in areas where and when work is actually performed. b) Mechanical equipment controls for heating, venting, air conditioning systems shall not be adjusted by Contractor or Contractor employees unless authorized. c) Water faucets or valves shall be turned off after required usage has been accomplished. 10. ATTACHMENTS a) USHRL Location b) Sample Shrubs c) Sample Palm Trees d) Sample Retention Pond e) USHRL Canal/Security Fence Delivery must state door to door to the following address: US Horticultural Research Laboratory 2001 South Rock Road Fort Pierce, FL 34945 Additionally, delivery costs to the above location must be annotated in proposal. The Government anticipates award of a Firm Fixed Price contract. Service will begin as close to January 1st as possible, quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@ars.usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 1-866-606-8220" src="data:image/png;base64,iVBORw0KGgoAAAANSUhEUgAAABAAAAAQCAYAAAAf8/9hAAABcklEQVR4XpXTPUvDUBTH4aR2c2hBQXGpTiIORhBcBOvgYKf0Awi+4Ggr1MVPIIrYdnEpShddHIyLi6AVXVxsRRDRwbi4KNgu4lCIv8i/i6QRDzycy+09555LqOl5nhEUptPoJe1iDHU8oYlrlDw79m4QEbSLPexzsIc8hDRm8YBjLpj4q8EgxQdab+MNd4ghhQ2adIc1+ORAFEnWWfTDRp7GDfImlsIavKALLuqoqMGUCs4wHtagiQ5uc8kDyCOBKlP1k78QNTOZnMXCQRxWsbjl6iuskV41SQG2Gj9rikvcR1WcgKFDBa1LOEUK56hqv8BUFV3SGWkVS9JQ6Dsv4wQ1DKMPORUvkm78BhdQMI1CTa5I0yrcwSFqFD+SZ7DQesIkCG5S/JpkHYERQRmuNsrZ7Grc+Ef8/Bcoslkfae8Wc7CUHZ++TuAEBj86pHntjaDKXllPy6PW/gkKFaThwp/K87N8hDcQTTKKFTioSxqB8Q2BNX5JtAljwgAAAABJRU5ErkJggg==" alt="" /> or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than December 18, 2018, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Friday December 21, 2018. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/d32eab29b173a2edd64105ba3ce7d99c)
- Place of Performance
- Address: US Horticultural Research Laboratory 2001 South Rock Road Ft. Pierce, FL
- Zip Code: 34945
- Country: US
- Zip Code: 34945
- Record
- SN05171548-F 20181213/181211230026 (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 |