Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 2, 2001 PSA #2842
SOLICITATIONS

Z -- GROUNDS MAINTENANCE

Notice Date
April 30, 2001
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
ZIP Code
35812
Solicitation Number
8-1-1-AM-00666
Response Due
May 21, 2001
Point of Contact
Shirley Novy Shue, Contract Specialist, Phone (256) 544-0409, Fax (256) 544-3223, Email shirley.n.shue@msfc.nasa.gov -- Hervie B. Williford, Contracting Officer, Phone (256) 544-0373, Fax (256) 544-3223, Email bryan.williford@msfc.nasa.gov
E-Mail Address
Shirley Novy Shue (shirley.n.shue@msfc.nasa.gov)
Description
This notice is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) FAR 13.5 -- Test Program for Certain Commercial Items. Grounds Maintenance Services. The contractor shall furnish all labor, supervision, equipment (except for any furnished by the Government), and materials necessary to provide grounds maintenance services in accordance with the requirements specified in the Performance Work Statement. The work site is the George C. Marshall Space Flight Center, AL (MSFC). MSFC consists of approximately 1,841 acres, situated wholly within the confines of Redstone Arsenal. This acreage consists of approximately 450 improved acres (Maintenance Level II), 280 unimproved acres (Maintenance Level III), 35 acres that are required to be cut three (3) times per year (Maintenance Level IV), 1,316 acres of woodland and pasture (if cutting is required, this will be an IDIQ task). This purchase order is to include all grounds except landscape beds and hedges. The grounds maintenance services to be provided include grass cutting, fertilization, irrigation, maintenance around the exterior of buildings where there are no landscaped beds, soil analysis, vegetation control, pruning of trees (excluding ornamental trees in beds), integrated pest and herbicide management (except in landscaped beds), leaf and debris removal, as well as IDIQ tasks to improve the appearance of MSFC. All work shall be performed in accordance with MSFC Safety procedures to ensure safe conditions. Any grounds maintenance services scheduled may be adjusted to support special events, prepare for inclement weather, or recover from any natural disaster. The contractor shall maintain a Grounds Maintenance Map (initially provided by the Government) that will delineate MSFC in its entirety; coded to indicate the type of ground maintenance service each parcel requires. The period of performance for the resultant purchase order will be one (1) year with three 1-year options. The resulting purchase order will be Performance-based, Firm-Fixed-Price with IDIQ for special tasks. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in ASCII or RTF form and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The provisions and clauses in the RFO are those in effect through FAC 97-24. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement is 561730 and $5.0M, respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible business sources may submit an offer which will be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the services described above shall be mailed to Shirley Novy Shue, PS31-G, Marshall Space Flight Center, AL 35812. Offerors shall use the Standard Form (SF) 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit an offer. The information requested in Blocks 23 and 24 of the SF 1449 shall be inserted in Clause #2 of the model purchase order. Execution of the SF 1449 shall be by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 1) FAR 52.212-1(b) delete "Offers may be submitted on the SF 1449" and replace with "Offers shall be submitted on the SF 1449." Additional instructions are located in the attachment entitled "Addenda to FAR 52.212-1" (Item 1). 2) FAR 52.212-1(b)(4) additional information is located in the attachment entitled "Addenda to FAR 52.212-1" (Item 2). 3) FAR 52.212-1(b)(10) additional information is located in the attachment entitled "Addenda to FAR 52.212-1" (Item 3). 4) FAR 52.212-1(c) delete "30 calendar days" and replace with "60 calendar days". 5) FAR 52.212-1(d), 52.212-1(e) and 52.212-1(h) do not apply. 6) Add FAR 52.233-2 (Insert in paragraph (a) Contracting Officer address: "Elaine W. Hamner, Procurement Office, MSFC, AL"), NASA FAR 1852.204-74, 1852.223-73, and 1852.233-70. 7) Add NASA FAR 1852.215-77 (Additional information is located in the attachment titled "Addenda to FAR 52.212-1" (Item 4). If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ Use document "cirepcertover25k.doc" FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.203-3, 52.203-8, 52.203-10, 52.204-4, 52.209-6, 52.216-18, 52.216-19, 52.216-22, 52.217-9, 52.219-6, 52.222-1, 52.223-5, 52.223-6, 52.223-10, 52.228-5, 52.232-17, 52.237-2, 52.237-3, 52.242-13, 52.242-15, 52.242-17, 52.253-1, 1852.204-74, 1852.215-84, 1852.219-74, 1852.219-76, 1852.223-70, 1852.228-75, 1852.242-72, 1852.245-71, 1852.245-77, MSFC 52.204-90, MSFC 52.223-90, and MSFC 52.223-91. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52-203-6, 52.219-4, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.232-34, 52.222-41, 52.222-43, 52.222-47, and 52.222-50, 52.233-3, 52.247-64. The MSFC specific clauses may be obtained via the Internet at URL: http://www.ec.msfc.nasa.gov/msfc/msfc_uni.html The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than May 11, 2001. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: (1) Technical capability of the services offered to meet the Government's requirement, (2) price, and (3) past performance. The three (3) evaluation factors are listed in descending order of importance. In the 2nd fill-in under paragraph (a), insert "essentially equal". Offerors shall provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". (Prospective offerors shall notify this office of their intent to submit an offer). It is the offeror's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 Potential offerors shall be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 1. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#8-1-1-AM-00666)
Record
Loren Data Corp. 20010502/ZSOL010.HTM (D-120 SN50K6Q2)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on April 30, 2001 by Loren Data Corp. -- info@ld.com