Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

Directorate of Contracting, 1830 Quartermaster Road, Fort Lee, VA 23801-1606

S -- HORTICULTURAL SERVICES INDOOR PLANT MAINTENANCE SOL DABT59-00-T-1002 DUE 053100 POC Jean Person (804) 734-4630 E-MAIL: personj@lee.army.mil, personj@lee.army.mil. This is a combined synopsis/solicitation for commercialitems mprepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SCOPE OF WORK -Horticultural SERVICES shall consist of weekly program for maintaining health and appearance of plants for Buildings 3002 and 3003. Existing plants within these bldgs will be evaluated at beginning of contract and again within 30 days of award to determine if quality of plants will allow for guarantee. Weekly program shall be accomplished by trained technicians of the contractor. Technicians are required to wear name tags or have name on professional uniform. Program shall consist of he following: Notification to Government Point of Contact (POC) of arrival on site and signature of same upon leaving. Inspeciton of soil moisture levels and replenishmnet as necessary contingent upon plant, normal watering once a week during business hours. Inspection of soil and foliage, along with containers, as needed, rotation of plants, when necessary relative to light source, in order maintain maximum health and attractive appearance. Plants to be taken to contractors facility to be sprayed for insects and disease when needed. Foliage plants will be replaced at the sole expense by contractor if any deteriorates in health and appearance so as to become of lesser specification or grad from that which was originally installed for ONE FULL YEAR from date of delivery(acceptance). Tropical foliage is guaranteed to be healthy and free of disease. Each new plant purchased from contractor will receive the following guarantee: The plant will be replaced free at 100% during the first year. Plants will be replaced at 50% of their retail list price during the remaineder of the contract when deemed necessary by Government POC and contractors staff. Contractor is not responsible for loss due to the following: 1) natural disaster (floods, tornadoes, etc) 2) theft or vandalism, 3) malfunction of heating/air conditioning, 4) lack of access to plants (i.e. locked rooms), 5) accidental or malicious damage by government workers or employee's of other contractors on the installation (i.e. custodial personnel, food service personnel), and 6) unacceptable light levels or if level of lighting significantly changes. FAR REQUIREMENT: FAR 52-212-1 is applicable, FAR 52-212-2 EVALUATION-COMMERCIAL ITEMS (Oct. 1995) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be the most advantageous to the Government. The following factors shall be used to evaluate offers, in descending order of importance: (i) Past Performance -- each offeror will be evaluated on his/her peformance under existing and prior contracts for products or services. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. References other than those identified by the offeror may be contacted by the Government with the information received used in the evaluation of the offeror's past performance. (ii) Experience -- Offerors shall submit a list of at least three similar contracts completed during the past four years (with at least one year of performance wompleted on each) and all contracts currently in process. Contracts listed may include those with the Federal Government, agencies of state and local Government's and commercial customers. For each contract provide contract numbers, points of contract with relevant information. Government intends to evaluate proposals and award a contract without discussions iwth offerors (except communications conducted for the purpose of minor clarification). Each initial offer should contain the offeror's best terms from a price and technical standpoint. The government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary options. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the sucessful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offeror's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unlessa written notice of withdrawal is received before award. 52.212-3 -- Contractor will include a completed copy of this provision. 52.212-4 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b) (4), insert the following clauses: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 1996) (a) The contractor agrees to comply with the following FAR clauses, which are indorporated in this contract by reference, to iomplement provisioins of law or executive order applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U>S>C. 3553 and 40 U.S.C 759). (b) the contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41) U.S.C. 235g and 10 U.S.C. 2402), 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Actionm for Handicapped Workers, 52.222-37 Employment Reports on Special Disable Veterans of the Vietnam Era, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43, Fiar Labor Standards Act and Service Contract Act -- price Adjustment (Multiple Year and Option Contracts). The Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- 52.222-26, Equal Opportunity, 52.222.36 Affirmative Action for Handicapped Workers, 52.232-33 Electronic Funds Transfer, 252.024-7004 Central Contractor's Registration. Pursuant to FAR 12.301, the following FAR clauses are incorporated by reference: 52.217-9 Option to Extend Services, 52.217-9 Option to Extend Term of the Contract. This solicitation DABT59-00-T-1002 is being issued as a Request for Quotations. All provisions and clauses are those in effect through Federal Acquisition Circular FAC-90-45, dated January 2, 1997 and GSA Reg Change 74, dated January 27, 1997. The SIC code is 0782. This procurement is 100% setaside for Small Business. Proposals due 31 May 2000 1330 at Directorate of Contracting, 1830 Quartermaster Road, Fort Lee, VA 23801 POC: Jean Person telephone number (804) 734-4630, email personj@lee.army.mil. Services will begin after award with four option years. Posted 05/11/00 (W-SN453994). (0132)

Loren Data Corp. http://www.ld.com (SYN# 0105 20000515\S-0006.SOL)


S - Utilities and Housekeeping Services Index Page