Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SOLICITATION NOTICE

S -- Station Ft. Lauderdale Lawn Service Fiscal Year 2023

Notice Date
10/17/2022 7:33:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z0282322000001
 
Response Due
10/31/2022 8:00:00 AM
 
Archive Date
11/15/2022
 
Point of Contact
Chief ASHLEY CRUZ, Phone: 9549271611, DC2 Alex Norris, Phone: 9549271611
 
E-Mail Address
ASHLEY.J.CRUZ@USCG.MIL, Alexander.J.Norris@uscg.mil
(ASHLEY.J.CRUZ@USCG.MIL, Alexander.J.Norris@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for construction services prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued.�� The solicitation number is 70Z0282322000001.� Applicable North American Industry Classification Standard (NAICS) codes are:� 561730��Landscaping Services��$7.0 This requirement is for a fixed price contract.� The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15� � The Government will award a contract resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, Best Value.� � When submitting your proposals, request a price breakdown of the following:� Cost of materials and equipment� Cost of labor� Contract will be awarded to the vendor who can provide Best value which includes all labor, material, cost and equipment required within the SOW. Cost and Past Performance factors will also be considered when selecting the award.�� Anticipated award date: 07 business days after close of solicitation, OOA 07 NOV 2022� Quotes are to be received no later than close of business (11A.M. EST.) on 31 Oct 2022 and are to be sent via e-mail to Angel.melendez@uscg.mil� Quotations sent via the US Postal Service or hand delivered should be sent to:�� Commanding Officer� USCG Base Miami Beach (P&C)� Attn: Angel Melendez� 909 SE 1st Ave, Room 512� �Miami, FL 33131.�� Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in FEDBIZOPS (www.fbo.gov).� �� Wage determinations: FL 2015-4535 REV 23 dated 06/27/2022� SCOPE OF WORK: PART 1 � General:� United States Coast Guard Station Ft. Lauderdale is accepting proposals from qualified individuals or firms for lawn service maintenance. Prior to submitting a quote, it is mandatory to examine the SOW and it�s highly recommended to visit the facility to take field measurements, evaluations, etc, and become familiar with existing conditions under which the work will be performed.� After the award of contract, a pre-conference will be held prior to starting the work at Coast Guard Station Ft. Lauderdale.� The POC is: EMC Ashley Cruz Ashley.j.cruz@uscg.mil� PART 2 � Location:�� U.S. Coast Guard Station Ft. Lauderdale� 7000 N. Ocean dr.� Dania Beach FL. 33004� PART 3 � Facility Operating Hours:� The facility shall remain in operation throughout the service. Contractor access to the service site shall be limited to the following: 8:00am to 5:00pm, Monday through Friday, excluding holidays.� Access to the site shall not be permitted on the weekends without prior approval from the Contracting Officer in writing. Services are from 01 Nov 2022 through 30 Sep 2023.�� PART 4 � Security Requirements� Contractor shall provide a list of names to the Coast Guard COR for access to the base.� Contractors shall be accompanied by a Coast guard member at all times while on the grounds of Station Ft. Lauderdale.� PART 5 � Coast Guard Contracting Officers Representative: The Contractor shall contact the COR to coordinate all construction efforts onboard Coast Guard Facilities.�� EMC Ashley Cruz� Ashley.J.Cruz@uscg.mil� 954-927-1611� DC2 Alex Norris� Alexander.J.Norris@uscg.mil� 954-927-1611� PART 6 � Notification of Start and Completion of Work� Contractor shall notify Coast Guard one week prior to start of work. Contractor shall submit daily reports to EMC Ashley Cruz� PART 7 � Safety� During the execution of this contract, the Contractor shall conform to the rules and regulations as set forth by OSHA Safety and Health Standards, 29 CFR part 1926 � Safety and Health Regulations for Construction.� �Contractor shall adhere to COVID-19 safety protocols of social distancing and face coverings while on the premises.�� PART 8 � Contractor Responsibilities:� Contractor shall provide a minimum of one year warranty on parts and labor.� Contractor shall provide all the materials, tools, equipment, and labor to complete this project.�� Contractor responsible for debris removal. All disposals shall be done in accordance with federal, state, and local laws and regulations.� All bulk waste shall be disposed of in contractor provided dumpsters.� The contractor is to take whatever steps necessary to ensure that his materials are protected.� The Coast Guard has no responsibility for receipt, storage, or protection of contractor�s materials.� All equipment, materials and supplies shall be addressed to the contractor.� The Coast Guard will not accept shipments.� The contractor is responsible for the protection of existing structures, utilities, work and vegetation.� Any damage shall be repaired at the contractor�s expense.��� The contractor shall use PWS (Performance Work Statement), as well as any approved plans to accomplish the tasks generated for this effort and achieve the desired quality of service.� PART 9 � Final Inspection and Acceptance:� When the contractor has completed all of the work, they shall notify the Coast Guard (COR) for a final inspection.� Deliver all applicable warranties and paperwork.� If the work is accepted, the contractor shall submit to the Coast Guard (COR):� Contractor�s notice of completion� Contractor�s construction daily reports signed and dated.� Part 10 � Scope of Work: Contractor shall provide all labor, materials, and equipment necessary to complete the following unless noted below:� Contractor must provide lawn mowing services to approximately 2.5 acres. (1) Cut every 3 weeks from 10/1/2022 through 3/31/2023 (totaling 9 cuts) (1) cut every 2 weeks from 4/1/2023 through 9/30/2023 (totaling 14 cuts) and 1 annual tree trimming of 24 palm trees.� Lawn Mowing:�� For all turf areas contractor will inspect and police the grounds for litter and debris� prior to each mowing and dispose of it.� The mowing cycle Schedule: 23 lawn mowing cuts for the entire year.� Mowing height will vary from �� to 4� depending on turf type and grade condition.�� Turf will be cut at a uniform height with a suitable type of mower. All mowers blades shall be sharp enough to cut, rather than tear, grass blades.�� Contractor shall use rotary mowers.�� �Edging:��All sidewalks, driveways, flush-paved surfaces, curb lines, concrete slabs, tree circles, shrubs, ground cover beds, and bed edges will be mechanically edged as needed to maintain a neat, clean appearance after each mowing.� String Trimming:� Trimming will be performed around all road signs, guard posts, trees, shrubs, utility poles, and other obstacles. The grass will be trimmed to no less than the curbs, parking lots, street, walkways, planted beds and other adjacent surfaces on the same day as mowed.� Performance Period:� Performance of work is expected to commence NLT 10 days after award is made. Extension period must be approved by the Contracting Officer for any unforeseen delays.�� Site visit:� It is highly recommended and encouraged that interested party�s contact EMC Ashley Cruz for a site visit which will be held on Wednesday OCT 20th, 2022 at 10:00AM EST. For scheduling contact EMC Ashley Cruz via email Ashley.J.Cruz@uscg.mil�� Or via phone at (954) 927-1611.�� Q&A�s:� Questions concerning the work requested must be sent to Angel.melendez@uscg.mil by COB 24 OCT 2022.� These Q&A�s will be answered and posted to this solicitation as an amendment prior to close of solicitation.� 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020)� 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020)� 52.212-4 Contract Terms and Conditions�Commercial Items (Oct 2018)� 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (June 2020)� 52.222-41 Service Contract Labor Standards (Aug 2018)� Work hours:� Monday through Friday, 0800 � 1500 (8 am � 3 pm) No weekends or Holidays authorized.� See attached applicable FAR Clauses by reference.� Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far� The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.�� Request Company�s tax ID information and Duns number.�� Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an �ACTIVE� status prior to award.� Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/65e1f3154ff445afbbdd335c8d4b888d/view)
 
Place of Performance
Address: Dania, FL 33004, USA
Zip Code: 33004
Country: USA
 
Record
SN06494830-F 20221019/221017230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.