SOLICITATION NOTICE
S -- Grounds Maintenance
- Notice Date
- 1/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HDEC05-07-T-0012
- Response Due
- 1/24/2007
- Description
- Combined Synopsis/Solicitation Notice ? Grounds Maintenance Service ? Solicitation No.: HDEC05-07-T-0012 ? Posted Date: January 9, 2007 ? Response Date: January 24, 2007 ? POC: Vanessa Walker Fax: 804-734-8669 Phone: 804-734-8531 ? Place of Performance: March AFB, California ? Unrestricted ? Classification Code: S ? FSC Code: S208 ? NAICS Code: 561730 ? SIC Code: 0782 ? Size Standard: $6 million ? Description: Grounds Maintenance A) This is a combined synopsis and solicitation for commercial items (services) 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC08-07-T-0012 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-13, DFARS Change Notice 2006-09-08, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 0782. The North American Industry Classification systems (NAICS) code is 561730. The Size standard is $6 million. This solicitation is unrestricted. E) Contract Line Item Numbers (CLINS)?Provide Pricing in the following format: Location: March AFB, Building 1000, 5350 6th St., March AFB, CA 92518 Base Year: March 1, 2007 thru February 29, 2008 0001AA Scheduled Grounds Maintenance: includes mowing, edging, trimming, and removal and disposal of debris. Estimated mowing schedule is once a month. $_______ x 12 each per year = $___________ 0001AB Pruning: pruning of shrubs and trees once per month during the months of Feb, May, and Sep. $_______ x 3 each per year = $___________ 0001AC Fertilizer/Weed Control: fertilizer/week control will be applied once a month. $_______ x 12 each per year = $___________ 0001AD Optional Grounds Maintenance: includes same as scheduled grounds maintenance if required by the Government. $_______ x 3 each per year = $___________ 1001 Option Year 1: (March 1, 2008 thru February 28, 2009) same as above * 2001 Option Year 2: (March 1, 2009 thru February 28, 2010) same as above * 3001 Option Year 3: (March 1, 2010 thru February 28, 2011) same as above * 4001 Option Year 4: (March 1, 2011 thru February 29, 2012) same as above * *There will be a base period of twelve months and four consecutive one-year (12-month) options. Provide pricing for each of the five years. F) DESCRIPTION OF SCHEDULED GROUNDS MAINTENANCE: Contractor shall provide all parts, labor, tools, materials, equipment, transportation and other items and services necessary to perform scheduled monthly landscaping maintenance as listed below and in accordance with the terms and conditions specified in the attached STATEMENT OF WORK. G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors ? Commercial Items. Quotes from offerors shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, TELEPHONE & FAX NUMBERS, Dun & Bradstreet (DUNS) number, E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in Paragraph E); ANY DISCOUNT TERMS; all other documents specified herein. Past Performance References: Submit at least 3 references that are most similar to the work of this solicitation that you have performed in the past three years (Provide Company name, point of contact, phone number and period of performance). In order to be considered for award, quoter must provide a price for all contract line items. A multiple award will NOT be considered. Quotation must include a signed STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. Facsimile Quotes WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR Clause 52.212-1(f) ?Late Submissions.? All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. H) EVALUATION/AWARD: 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Past Performance I. Price: 1. Price will be evaluated be adding the total price for all Base Years Line Items (Scheduled and Unscheduled) to the total price for all options. 2. Maintenance costs must be reasonable and realistic (i.e., contractor must cover the minimum labor expenses). 3. Labor rates should cover the required amounts as dictated by the Department of Labor Wage Determination. II. Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: 1. Customer Satisfaction/Quality of Service 2. Timeliness of Performance 3. Business Relations The relative importance of the factors is: Price/price related factors are slightly more important than past performance. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) Not applicable. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with Alternate I (Sep 2006)(as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions ? Commercial): The following information is provided: I. CHANGES: Unilateral Modifications. The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data or addition of funds. Bilateral Modifications. Services may be added to or deleted from this contract at the option of the Government. Any change in service must be added to this contract prior to service being performed and will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. II. PAYMENT INFORMATION: [(Reference Paragraph (i)] a. The preferred method of payment for awards as a result of this Request for Quotation is the Government VISA credit card. Quoter must indicate if they accept credit card payments by completing the following: Contractor point of contact for credit card payment: NAME: __________________________________ TELEPHONE: ____________________________ FAX: ____________________________________ b. Payments will be made no more than once per month. The contractor must submit invoices to the paying office shown in block 18a of the SF 1449. If contractor accepts credit card payment, and upon receipt of the contractor?s invoice and signed receiving reports from the commissary, an authorized government credit card user will provide a Credit Card Payment Authorization Form (by FAX) to the point of contact named above. The contractor is permitted to charge ONLY the amount authorized on the Credit Card Payment Authorization. The contractor is not permitted, under any circumstances, to charge any amount other than the amount authorized on the Credit Card Payment Authorization. No advance or automatic payments are authorized. L) Not applicable. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 (ALT A) Required Central Contractor Registration; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 ALT III Transportation of Supplies by Sea-Alternate III; FAR 52.204-7 Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option);FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.223-10 Waste Reduction Program; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-36 Payment by Third Party; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, paragraph ?(1)). The applicable wage determinations are listed in the attached consolidated wage determination. If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. DOL-Wage Det #/Revision 05-2053 Rev (3) (March AFB, CA) Labor Category Labor Rate Laborer, Grounds Maintenance $11.80 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Laborer, Grounds Maintenance Labor Rate $12.18 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately-owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of California. (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 3:00 PM local time ON JANUARY 24, 2007. S) The Point of Contact for this solicitation is Vanessa Walker, 804-734-8531, Contracting Officer, Melissa A. Rios, 804-734-8680. STATEMENT OF WORK STATEMENT OF WORK LANDSCAPING 1. DESCRIPTION OF MAINTENANCE SERVICE REQUIRED ON DESERT STYLE LANDSCAPING, WHICH INCLUDES THE FOLLOWING: 1. DECOMPOSED GRANITE APPROXIMATELY 38,200 SQ FT 2. RIVER ROCK APPROXIMATELY 2,600 SQ FT 3. NATURAL NON-IRRIGATED GRASS, APPROXIMATELY 202,000 SQ FT 4. 16 EACH POLO VERDE SHRUBS 5. 25 EACH EUCALYPTUS MICROTHECA TREES 6. 10 EACH CHILEAN MESQUITE SHRUBS 7. 1 EACH JOSHUA TREE 8. 15 EACH ELDARCIA PINE TREES 9. 12 EACH CREPE MYRTLES 10. 99 EACH HOPBUSH 11. 98 EACH PINK ORLEANDERS 12. 28 EACH CRESOTE BUSHES Landscaping maintenance work requires weeding, raking, maintaining, mowing to maintain grass, annual pruning of trees listed above, trimming and grooming of all trees, bushes and shrubs to maintain a uniform appearance as determined by the commissary representative. Service area shall include all areas within the boundaries South of Myers Street, East of 6th Street, West of Canal and South of Southerly. Most curbing averages approximately 20 feet in width. 2. EMPLOYEE IDENTIFICATION: Contractor personnel must be recognizable as such while on the base. All employees shall wear identifying nametags, badges, or uniform name patches with employee?s name and company?s name. Employees must also speak and understand English. 3. WORK DAY: Monday through Friday. Normal work hours are 8:00a.m. ? 5:00 p.m. With prior approval from the Store Director, the contractor may work extended hours to ensure timely completion of work at regular time rate. 4. INVOICES: (a) The contractor?s invoice shall include all the following elements: Contract/Purchase Order Number Billing Period Amount Tax Identification Number or Social Security Number Contract line item number (CLIN) which applies (b) Contractor shall receive payment for services on a monthly basis. (c) An informational copy of all invoices shall be provided to the Contracting Officer to allow monitoring of funds utilized under this order. (d) Invoices will be submitted to the commissary?s Government Purchase Card (GPC) point of contact for payment: MARCH AFB COMMISSARY BUILDING 1000, 5350 6TH STREET ATTENTION: ERLINDA NAUTA MARCH AFB, CA 92518
- Place of Performance
- Address: DeCA's March AFB Commissary located in CA.
- Zip Code: 92518
- Country: UNITED STATES
- Zip Code: 92518
- Record
- SN01208208-W 20070111/070109221202 (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 |