Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1998 PSA#2190

Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, OH 44141

99 -- GROUND MAINTENANCE SOL 541-268-98 DUE 092998 POC Rita J. Bonner, 440.838.6091 E-MAIL: Outlook, Rita Bonner@va.gov. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Request for Quotation (RFQ) are being requested and a written solicitation will not be issued. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 63. This procurement is a total small business set-aside and the SIC Code is 0782 and the small business size standard is $5.0 million. Services are required to provide ground maintenance and care as follows for a base year and two (2) pre-priced option years: Item (1) Provide all labor, materials, and equipment necessary to accomplish one (1) aerification (coring type); Item (2) three granular fertilizations; Item (3) One granular pre-emergent application; Item (4) one granular grub control application; Item (5) Two liquid broadleaf post-emergent herbicide application for 88 acres at the Veterans Affairs Medical Center (VAMC) located at 10000 Brecksville Road, Brecksville, Ohio and 10 acres at 10701 East Boulevard, Cleveland, Ohio. Contractor shall assure that the equipment selected for these applications and the method for which these chemicals are applied promotes safety towards VAMC patients, personnel and visitors. Spraying equipment will be calibrated to minimize over spray and special care will be given around trees, flowers and shrubbery beds to prevent over spray. Contractor shall assure that when applying fertilizer they will spread product in a manner to prevent overlapping and striping. All spills on lawn areas causing turf burning shall be the responsibility of the Contractor to repair and correct. Contractor shall post notices and warning on sites to be treated 48 hours prior to applications of any kind. Contractor shall also be certified with the Ohio Department of Agriculture for a public operators license with category # 8 certification for application of turf pest control. Contractor shall be responsible for all debris created by their work. Contractor shall dispose of all bags, containers etc., at their own expense. Services shall be performed during the normal business hours of Monday through Friday 7:00 A.M. to 3:30 P.M., excluding federal holidays. In the event of after hours or weekend performance due to weather conditions, Contractor shall contact the Contracting Officer's Technical Representative (COTR) 48 hours in advance. Aerification shall be performed between October 6, 1998 through October 15, 1998; This process shall consist of the following: remove plug debris or pulverize; First chemical applications shall be accomplished between March 15. 1999 through March 30,1999. Process shall include the following: Fertilizer with pre-emergent (granular) guaranteed analysis 18-5-9 with slow release sulfur coated urea. Second chemical application shall be accomplished between May 15, 1999 through May 30, 1999; This process shall include the following: Grub control (granular), liquid three-way post emergent selective broadleaf herbicide (preferred product confront or triamine II); Herbicide 2,4-DICHLOROPHENOXYACETIC ACID shall not be applied on VAMC grounds; Fertilizer (granular) guaranteed analysis 24-5-11 with slow release sulfur coated urea; Third chemical applications to be performed during the period of September 15, 1999 through September 30, 1999. Applications shall include the following: Liquid three-way post emergent selective broadleaf herbicide, herbicide 2,4-DICHLOROPHENOXYACETIC ACID shall not be applied; fertilizer (granular) guaranteed analysis 34-3-11 with slow release sulfur coated urea. Pricing should be for 1 job for each line item, and the total cost for the base year and each option year. The following provisions apply to this acquisition: 852.219-70 Veteran-Owned Small Business; 852.270-4 Commercial Advertising; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offer Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions to Implement Statutes of Executive Orders-Commercial Items, including clauses incorporated by reference under Section (b) 7 through 10 and Section (c) 1 through 2; 52.215-5 Facsimile Proposals; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year.; The Government may extend the term of this contract by written notice to the Contractor within one (1) day. Offerors responding to this announcement shall provide the information required in provisions 52.212-1, a completed copy of 52.212-3 and the certification required in 852.219-70. For provisions reference the internet Web-Site is (VAAR) http://www.va.gov/oa&;mm/vaar/vaartoc.htm; (FAR) http://www.arnet.gov/far/current/html/toc.html#part_52 Posted 09/25/98 (W-SN254659). (0268)

Loren Data Corp. http://www.ld.com (SYN# 0259 19980929\99-0002.SOL)


99 - Miscellaneous Index Page