SOLICITATION NOTICE
99 -- Lawn Maintenance - Reynolds Army Community Hospital and Dental Clinics
- Notice Date
- 2/23/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124L-06-T-0023
- Response Due
- 3/15/2006
- Archive Date
- 5/14/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. The entire combined synopsis/solicitation will be posted Friday morning February 24, 2006 to the Fort Sill Directorate of Contracting homepage: http://sill-www.army.mil/doc. Bids are due March 15, 2006. POINT OF CONTACT: Stephanie Murphree, Contract Specialist, Ph: 580-442-4315, email: stephanie.murphree@sill.army.mil. This Solicitation W9124L-06-T-0023 is a Request for Quote (RFQ) for lawn maintenance at Reynolds Army Community Hospit al (RACH). This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2006-06. This is a small business set-aside and the associated NAICS code is 561730 and small business size standard is six (6) million. The following services are required: CLIN 0001. LAWN MAINTENANCE RACH 1 APRIL 06 30 SEPTEMBER 06. CLIN 0001AA 605 COWAN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0001AB 721 VETERINARY CLINIC: unit price ____ ______ x 6 months = entended price; CLIN 0001AC 2442 BEHAVIORAL HEALTH: unit price __________ x 6 months = entended price; CLIN 0001AD 2772 BRACE SHOP: unit price __________ x 6 months = entended price; CLIN 0001AE 2775 PREVENTIVE MEDICINE: unit price ____ ______ x 6 months = entended price; CLIN 0001AF 2776 DENTAC HEADQUARTERS: unit price __________ x 6 months = entended price; CLIN 0001AG 2777 WIC & VA: unit price __________ x 6 months = entended price; CLIN 0001AH 3336 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0001AJ 3337 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0001AK 3445 KOHLER LOOP: unit price __________ x 6 months = entended price; CLIN 0001AL 3999 INCINERATOR: unit price __________ x 6 months = enten ded price; CLIN 0001AM. 4300,4301,4302 RACH: unit price __________ x 6 months = entended price; CLIN 0001AN 6037 ALLEN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0001AP 6039 BLEAK TROOP MEDICAL CLINIC: unit price __________ x 6 months = entended price. CLIN 0002. LAWN MAINTENANCE RACH 1 OCTOBER 06 30 SEPTEMBER 07. CLIN 0002AA 605 COWAN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0002AB 721 VETERINARY CLINIC: unit price __________ x 6 months = ente nded price; CLIN 0002AC 2442 BEHAVIORAL HEALTH: unit price __________ x 6 months = entended price; CLIN 0002AD 2772 BRACE SHOP: unit price __________ x 6 months = entended price; CLIN 0002AE 2775 PREVENTIVE MEDICINE: unit price __________ x 6 months = ente nded price; CLIN 0002AF 2776 DENTAC HEADQUARTERS: unit price __________ x 6 months = entended price; CLIN 0002AG 2777 WIC & VA: unit price __________ x 6 months = entended price; CLIN 0002AH 3336 WAREHOUSE: unit price __________ x 6 months = entended price ; CLIN 0002AJ 3337 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0002AK 3445 KOHLER LOOP: unit price __________ x 6 months = entended price; CLIN 0002AL 3999 INCINERATOR: unit price __________ x 6 months = entended price; CLIN 0002AM. 4300,4301,4302 RACH: unit price __________ x 6 months = entended price; CLIN 0002AN 6037 ALLEN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0002AP 6039 BLEAK TROOP MEDICAL CLINIC: unit price __________ x 6 months = entended price. CLIN 0003. LAWN MAINTENANCE RACH 1 OCTOBER 07 30 SEPTEMBER 08. CLIN 0003AA 605 COWAN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0003AB 721 VETERINARY CLINIC: unit price __________ x 6 months = entended price; CLIN 0003AC 2442 BEHAVIORAL HEALTH: unit price __________ x 6 months = entended price; CLIN 0003AD 2772 BRACE SHOP: unit price __________ x 6 months = entended price; CLIN 0003AE 2775 PREVENTIVE MEDICINE: unit price __________ x 6 months = entended price; CLIN 0003AF 2776 DENTAC HEADQUARTERS: unit price __________ x 6 months = entended price; CLIN 0003AG 2777 WIC & VA: unit price __________ x 6 months = entended price; CLIN 0003AH 3336 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0003AJ 3337 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0003AK 3445 KOHLER LOOP: unit price __________ x 6 months = entended price; CLIN 0003AL 3999 INCIN ERATOR: unit price __________ x 6 months = entended price; CLIN 0003AM. 4300,4301,4302 RACH: unit price __________ x 6 months = entended price; CLIN 0003AN 6037 ALLEN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0003AP 6039 BLEAK TROOP MEDICAL CLINIC: unit price __________ x 6 months = entended price. CLIN 0004. LAWN MAINTENANCE RACH 1 OCTOBER 08 30 SEPTEMBER 09. CLIN 0004AA 605 COWAN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0004AB 721 VETERINARY CLINIC: unit price __________ x 6 months = entended price; CLIN 0004AC 2442 BEHAVIORAL HEALTH: unit price __________ x 6 months = entended price; CLIN 0004AD 2772 BRACE SHOP: unit price __________ x 6 months = entended price; CLIN 0004AE 2775 PREVENTIVE M EDICINE: unit price __________ x 6 months = entended price; CLIN 0004AF 2776 DENTAC HEADQUARTERS: unit price __________ x 6 months = entended price; CLIN 0004AG 2777 WIC & VA: unit price __________ x 6 months = entended price; CLIN 0004AH 3336 WAREHOUSE: u nit price __________ x 6 months = entended price; CLIN 0004AJ 3337 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0004AK 3445 KOHLER LOOP: unit price __________ x 6 months = entended price; CLIN 0004AL 3999 INCINERATOR: unit price _____ _____ x 6 months = entended price; CLIN 0004AM. 4300,4301,4302 RACH: unit price __________ x 6 months = entended price; CLIN 0004AN 6037 ALLEN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0004AP 6039 BLEAK TROOP MEDICAL CLINIC: un it price __________ x 6 months = entended price. CLIN 0005. LAWN MAINTENANCE RACH 1 OCTOBER 09 30 SEPTEMBER 10. CLIN 0005AA 605 COWAN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0005AB 721 VETERINARY CLINIC: unit price ____ ______ x 6 months = entended price; CLIN 0005AC 2442 BEHAVIORAL HEALTH: unit price __________ x 6 months = entended price; CLIN 0005AD 2772 BRACE SHOP: unit price __________ x 6 months = entended price; CLIN 0005AE 2775 PREVENTIVE MEDICINE: unit price ____ ______ x 6 months = entended price; CLIN 0005AF 2776 DENTAC HEADQUARTERS: unit price __________ x 6 months = entended price; CLIN 0005AG 2777 WIC & VA: unit price __________ x 6 months = entended price; CLIN 0005AH 3336 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0005AJ 3337 WAREHOUSE: unit price __________ x 6 months = entended price; CLIN 0005AK 3445 KOHLER LOOP: unit price __________ x 6 months = entended price; CLIN 0005AL 3999 INCINERATOR: unit price __________ x 6 months = enten ded price; CLIN 0005AM. 4300,4301,4302 RACH: unit price __________ x 6 months = entended price; CLIN 0005AN 6037 ALLEN DENTAL CLINIC: unit price __________ x 6 months = entended price; CLIN 0005AP 6039 BLEAK TROOP MEDICAL CLINIC: unit price __________ x 6 months = entended price. Contractor shall provide all material, equipment, personnel, tools, supervision, and services necessary to ensure that grounds maintenance is performed at Reynolds Army Community Hospital (RACH), Ft. Sill, OK in a manner that will maintain healthy grass, trees, shrubs, and plants. The Contractor shall provide landscape services to the locations designated in the contract and listed in Appendix A. (1)The Contractor shall comply with all local, state, and federal rules and procedure s and perform the following services in accordance with National Arborist Association, American Society of Landscape Architects, and local county extension offi ce recommendations and standards.(a)Install sod (as needed). (b) Plant trees and shrubs as needed. (c) Plant perennial flowers and accent plants as needed. (d) Maintain trees, shrubs, broadleaf evergreens, hedges, ground covers, vines, and perennial flower s. (e) Prune trees and shrubs. (f) Trim shrubs, hedges, and vines. (g) Mulch bedding areas. (h) Police grounds of trash and litter in all Improved areas. (i) Fertilize and add soil amendments (j) Aerate soil. (k) Apply a pre-emergence herbicide for weed co ntrol. (see Appendix A designated with an asterisk (*) for selected areas). (2) Mow Improved Grounds. Improved Grounds Areas are to be mowed with a maximum grass height of three inches. Grass shall be cut on improved grounds as indicated in Appendix A. Grass c lippings shall be removed or mulched when visible after mowing. Contractor shall maintain the growth of grass height on improved grounds. The height is a guideline for a neat and professional appearance. All improved grounds shall look well manicured at all times. Precautions shall be taken to prevent scalping, uneven mowing, rutting by equipment, and damage to trees and shrubs. The Contractor shall repair damaged turf and replace shrub, and trees damaged during mowing operations. Mowing shall include the removal of vines, seedling trees, brush and other undesirable plants growing adjacent to the building foundations. (3) Trimming. Grass and weeds shall be trimmed around trees, shrubs, buildings, fences, poles, posts, fire hydrants, parking lot bumper blocks, boulders, and other fixed obstacles. Trimming height shall match surrounding area grass heights. All areas shall be trimmed concurrent with mowing. Damage to trees and shrubs from trimming shall be repaired by the Contractor. If a plant should die or become unhealthy due to damage, Contractor shall be responsible for replacing the damaged plant with a plant of same size and type. Plant replacement shall occur within 15 days of noticed damage. Separate payment for any work, incidental to repla cement of plants damaged by the Contractor, shall not be made. (3.1) Edging. Sidewalks, driveways, curbs, fire hydrants, post indicator valves for sprinkler systems, and other concrete or asphalt edges located in the Improved Grounds areas shall be edged at least every other mowing. Edging shall include removal of vegetation from cracks in sidewalks, driveways, and curbs. (3.2) Routine Tree and Shrub Maintenance. Contingency Tree Service. Contingency tree service shall include tree trimming or tree remo val operation(s) for the purpose of correcting a dangerous situation. This situation is launched by one or more damaged trees that have made an area unsafe or have created an obstruction. Contractor shall eliminate the presence of any structural weakness , such as a split crotch or broken and hanging limbs. At times, it may require cutting back by reducing the top and sides. Contractor shall perform corrective trimming to reduce the danger of falling tops, sides, and under branches, or individual limbs. (For natural disasters, see parag. 6). (4) General litter patrol in all Improved and Semi-Improved. Responsibilities shall include, but not be limited to, the removal and disposal of all natural debris, (tree limbs, dry brush, rodent habitats, dead anima ls, etc.), and man-made debris. Contractor shall police areas as often as necessary to maintain clean areas. During the fall months, fallen leaves shall be removed weekly from Improved Grounds. At other times leaves shall be removed as necessary. Dispo se of all debris in accordance with existing local, state, and federal regulations. (5) Broadleaf evergreens and flower beds shall be pruned annually or as required maintaining clearances of minimum of three (3) inches from buildings, sidewalks, or other obstructions. (6) Emergency, special event or one-time maintenance of Improved Grounds. Upon notification by the Contracting Officer Representative (C OR) through the issuance of a service order, Contractor shall perform special event or one-time improved grounds maintenance services to include but not limited to natural disasters. The Contractor shall begin special event or one-time maintenance of impr oved grounds within three (3) working days of notification by the COR. (7) Irrigation System Service. Contractor shall ensure that sprinkler system is in operational order (turns on/off on schedule) at buildings 4300, 4301, 4302, and 6039. Contractor shall notify COR for any repair requirements. Government will provide materials to include sprinkler heads and Contractor shall replace them. Damage to sprinkler heads caused by Contractor shall be replaced by Contractor. (7.1) Plants and Flowers. Co ntractor shall water plants and flowers that are not in a sprinkler system area, as needed or directed by the COR. (8) Quality Assurance. Government will periodically evaluate Contractors performance by appointing a representative(s) to monitor performa nce. Government representative will evaluate Contractors performance through intermittent on-site inspections of Contractors quality control program and receipt of complaints from base personnel. Government will inspect each task as completed or increa se the number of quality control inspections if called for by repeated failures discovered during quality control inspections or repeated customer complaints. Likewise, Government will decrease the number of quality control inspections if performance dict ates. Government will also receive and investigate complaints from various customers located on the installation. However, Government representative will make final determination of the validity of customer complaint(s) in cases of disagreement with cust omer(s). (9) Government Remedies. Contracting officer will follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (May 1997), for Contractors failure to perform satisfactory services or failure to correct non-conforming services. (10) Hour s of Operation. Grounds Maintenance function shall be provided during daylight hours. Grounds maintenance function shall also be provided in evenings and weekends as necessary to ensure vehicles are not damaged while cutting grass. (11) Security Require ments. Contractor personnel on duty shall wear a Contractor furnished identification badge displaying the Contractors name, individuals name, picture, and signature. Contractor personnel shall also obtain an identification badge from the RACH Provost M arshall office in order to work on RACH property. (12) Safety. Contractor shall establish and maintain a comprehensive safety program that is designed to prevent mishaps involving Contractor and Government personnel, facilities, and equipment. Contracto r shall submit this plan within 10 days after contract award. Contractor shall ensure that discharge chutes on equipment are always directed away from any personnel, equipment, and facilities. All personnel within hearing injury distance of any equipment shall use acceptable hearing protection. Contractor shall comply with all safety regulations and guidance to include 29 CFR 1910. Government will issue an order to the Contractor to stop all or part of work until all safety violations are corrected. Co ntractor shall notify the COR immediately of any safety violations, personnel, and vehicle accidents. (13) Environmental. Contractor shall be responsible for proper storage, removal, and disposal of used motor oil and oil filters that are generated by th is contract. Contractor shall submit Material Safety Data Sheet (MSDS) in advance to COR for approval of fuels and oil storage. In the event of a spill, immediately notify COR, at 458-2402, safety office at RACH at 458-2432, Fire Department on post at 44 2-5911, and the Environmental Management Office on post at 442-3266. (14) Government Limitation of Liability. Government will not be responsible in any way fo r damage to Contractors supplies, materials, equipment, and Contractor personnels personal belongings that are damaged or destroyed by fire, theft, accident, or other disaster. Appendix A. Locations for mowing/landscaping services are approximately 26. 3 acres. Map showing areas will be provided upon request. Bldg. No./Primary Usage: *605/Cowan Dental Clinic, Veterinary Services, *2442/Behavioral Health,Grounds Building, Brace Shop, Environmental Science, DENTAC Headquarters, WIC & VA, Preventive Medicine, Warehouse, Warehouse, ASAP / Optical Clinic, Incinerator,*4300, 4301, 4303/RACH Hospital Area, *6037/Allen Dental Clinic,*6039/Bleak Troop Medical Clinic.*Apply pre-emergence once a year. ACCOUNTING FOR CONTRACT SERVICES. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site wh ere the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https //contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and endin g dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-co ntractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predom inant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardi zed nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of p erformance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The X ML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downl oaded from the website. The following provisions and clauses apply: 52.212-1, Instructions to OfferorsCommercial items; 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005) Alternate I (APR 2002) must be completed and submitte d with the offer; 52.212-4, Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4, (a) Text in paragraph (c) is deleted and replaced with the following: Changes in the terms and conditions of this contract may be made only by written agreem ent of the parties, with the exception of administrative changes, such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. (b) Paragraph (g)(2) is deleted in its entirety. (c) Paragraph (i) is deleted in its entirety. 52.212-5, Contract Terms and Condit ions Required to Implement Statutes or Executive Orders-Commercial Items (including 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-36, 52.222-41, 52.222-42, and 52.222-43, Addend um to 52.232-.36, (g) The third party is: US Bank, GPC Payment Services, PO Box 6313, Fargo, ND 58125-6313, (h) The purchase card to be used is: Government Purchase Card (GPC).); 252.212-7000, Offeror Representations and Certifications-Commercial Items (JU N 2005); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (including 52.203-3 and 252.243-7002); 52.204-7; Required Central Contractor Registration; 252.20 4-7004 Alt A, Required Central Contractor Registration; 52.217-5, Evaluation of Options; 52.217-8, Option To Extend Services; 52.217-9, Option To Extend The Term Of The Contract; 52.237-1, Site Visit, a formal site visit will be held on Thursday, March 9th at 9:00am (meet at Directorate of Contracting, Bldg. 1803), please notify Stephanie Murphree at 580-442-4315 by March 8th if you will be attending;The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solic itation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil; Wage Determination 94-2525 dated 5/23/2005 is applicable to this solicitation. The government will evaluate quotes in response to this request and award a contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). NOTICE OF TOTAL SMALL BUSINESS SET ASIDE: Offers/bids are solicited only from small business concerns. Offers/bids received from other than small business concerns shall be considered non-responsive and will be rejected. Invoices must match contract in description and unit of issue. Invoices must include complete mailing address, complete contract number, description, price, and quantity, p ayment terms, point of contact and phone number for notification in case of defective invoice. Offers are due at the ACASR, Directorate of Contracting, SFCA-SR-SI, PO Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 4:00 PM March 15, 2006. Fax transmiss ions of quotes shall be accepted, fax number 580-442-8014, ATTN: Stephanie Murphree. All responsible sources may submit a quote which shall be considered.
- Place of Performance
- Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Country: US
- Zip Code: 73503-0501
- Record
- SN00993419-W 20060225/060223212705 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |