SOLICITATION NOTICE
Z -- Landscaping Services for Libby, Montana
- Notice Date
- 5/8/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-07-Q-80088
- Response Due
- 5/16/2007
- Archive Date
- 8/16/2007
- Description
- This synopsis is to acquire commercial items for landscaping services for residential and commercial properties throughout Libby, Montana in accordance with Federal Acquisition Regulation (FAR) 13, Simplified Acquisition Procedures and FAR 19.1305 - HUBZone set-aside procedures. The North American Industry Classification Systems Code (NAICS) is 561730 and the small business size standard is $6.5 million in sales. The RFQ is being set aside 100% for SBA certified HUBZone businesses. A complete statement of work will be set forth in the Request for Quotation (RFQ). RFQ issuance will be on or about May 16, 2007. The landscaping contractor in summary shall provide the following activities: 1) The landscaping contractor shall prepare subgrade material to receive final landscaping materials in the locations to be shown on contract drawings. Preparation may include minor grading, loosening of soil, and minor filling or digging. Subgrade material shall consist of Government provided and placed residential common fill and topsoil that meets provided specifications. 2) The landscaping contractor shall furnish and install fertilizer. 3) The landscaping contractor shall place, establish, and maintain seed on areas reclaimed with topsoil and other areas disturbed by construction activities. The technical specifications for native hydroseed mix(es) shall be provided to the landscaping contractor by the Government prior to any landscaping activities. 4) The landscaping contractor shall place, establish, and maintain plant materials such as trees, shrubs and flowers at the approved locations as agreed upon by the property owner and the Government on the signed site-specific contract drawings. The technical specifications for native trees, shrubs, plants, flowers etc., shall be provided to the landscaping contractor by the Government prior to any landscaping activities. 5) The landscaping contractor shall place, establish, and maintain vegetative revetments at the locations shown on the site-specific contract drawings. 6) The landscaping contractor is responsible for furnishing and installing landscaping appurtenances and materials as required by site-specific contract drawings. The contractor is responsible for watering the vegetation, for two business days after planting only. The property owner shall be responsible for the maintenance of the vegetation after this time. 7) The landscaping contractor shall provide a one growing season warranty for planting materials unless this warranty differs from nursery recommendations. The Contracting Officer for this procurement is Robert P. Robinson. No telephone calls please. Questions on this synopsis shall be e-mailed to: robert.p.robinson@volpe.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Division home page is: http://www.volpe.dot.gov/procure/index.html. All offerors must be registered in Central Contractor Registration (CCR) in order to receive award from a DOT Agency. Contractors may access the site at http://www.ccr.gov to register and/or obtain information about the registration process. Additionally, solicitation Representation and Certifications are no longer provided within the solicitation and must be submitted on-line through On-Line Representations and Certifications Application (ORCA). ORCA is a web based system that centralizes and standardizes the collection, storage and viewing of the Representations and Certifications required by the Federal Acquisition Regulations. Potential Offerors are highly encouraged to complete the on-line provisions within the Representations and Certifications at https://orca.bpn.gov. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800)532-1169. Internet address: http://osdbuweb.dot.gov.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN01289540-W 20070510/070508220410 (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 |