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