Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2008 FBO #2279
MODIFICATION

S -- Correction to the notice posted on Feb. 1, 2008: Correct the solicitation number to I5430080003. The information attached hereto includes the scope of work and bid schedules. A written solicitation will not be issued.

Notice Date
2/20/2008
 
Notice Type
Modification
 
Contracting Office
SER - National Park Service Contracting & Property Mgt. 100 Alabama St., SW Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
N5430080003
 
Archive Date
2/19/2009
 
Point of Contact
Laurie N. Chestnut Contract Specialist 4045623163598 laurie_chestnut@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
United States Department of the Interior-NATIONAL PARK SERVICE. Solicitation Date: February 1, 2008; Solicitation No.: I5430080003 - Lawn Care Services at Fort Sumter National Monument, 1214 Middle Street, Sullivans Island, South Carolina and Charles Pinckney National Historic Site, 1254 Longpoint Road, Mount Pleasant, South Carolina. Correct the CLOSING DATE to MARCH 5, 2008 Time: 3:00 PM (EST). This procurement is open to both large and small businesses pursuant to FAR 19.1001 and 19.1008. Submit bids to Laurie Chestnut, Contract Specialist, NPS, Southeast Regional Office, 1924 Building, 100 Alabama St., SW., Atlanta, Georgia 30303. NAICS CODE: 561730; SIC: 7389; Size Standard: $5 Million. PART I-THE SCHEDULE - SUPPLIES OR SERVICES AND PRICES: 1.DESCRIPTION OF SERVICES. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The Contractor shall provide all necessary labor, materials, supplies, equipment, and supervision to perform turf, tree, shrub and ground cover maintenance as specified at the location(s) indicated in paragraph 2. 2. BID/OFFER FOR BASIC SERVICES: A) Indicate a monthly price for providing lawn maintenance and related services in accordance with this solicitation at the following locations: SITE 1: FOSU - Fort Sumter National Monument, 1214 Middle Street, Sullivans Island, SC 29482 (Fort Moultrie); SITE 2: CHPI - Charles Pinckney National Historic Site, 1254 Longpoint Road, Mount Pleasant, SC 29464. B) Base Bid/Offer for Initial 6 Month Period, Contract Term: (estimated) April 1, 2008 - September 30, 2008 (these dates are tentative and contingent upon the contract award date). NOTE: Offeror shall price the options using the wage determination contained in this solicitation. The contract price will be adjusted in accordance with FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price adjustment (May 1989). 3. PRICING OF OPTION YEARS: Offeror shall price the option year requirements for each additional twelve month period by assuming that the minimum hourly wages and fringe benefits established by the Administrator, Wage and Hour Division, US Department of Labor, for the initial twelve month period of performance will apply to all additional twelve month periods. The minimum wage rates and fringe benefits applicable to the initial twelve-month period of performance are outlined on page 13 of this document. In the event the option(s) are exercised by the government the contract price(s) will be adjusted upward or downward at the time the option is exercised in accordance with the clause entitled FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (May 1989). DESCRIPTION OF WORK/EFFORT REQUIRED: 1. SCOPE OF WORK: The contractor shall furnish all necessary labor, materials, supplies, equipment and supervision to perform turf mowing, line trimming, edging and tree pruning for the National Park Service location as described in 2B under "Supplies or Services and Prices," above. 2. CONTRACT EFFORT REQUIRED: All work under this contract must be done at a time and in a manner so as not to interfere with the normal work and activities of the facility. If the contractor desires to work other than during the normal working hours of the personnel in the various buildings, he will arrange with the Contracting Officer's Representative (COR) for times and areas in which to work. See #5 for further information. 3. SUPPLIES, MATERIALS, EQUIPMENT AND UTILITIES: A. Furnished by the Contractor - (1) Supplies, materials & equipment, (a) The Contractor shall furnish all supplies, materials, equipment, and employee training necessary for the performance of the work of this contract unless otherwise specified herein. Training shall include all applicable OSHA and other related standards. The Contractor shall furnish all Material Safety Data Sheets (MSDS) for any materials containing dangerous or warning labels. (b) The Contractor shall not use any material which the COR determines would be unsuitable for the purpose. Costs for correcting damage caused by misused equipment and materials will be borne by the Contractor. 4. SCHEDULING WORK AND REPORTING ACCOMPLISHMENTS: A) The contractor, in consultation with the COR, is responsible for the establishment and maintenance of mowing and trimming schedule. The contractor will notify the COR 24 hours prior to beginning any mowing cycle. B) Work will be performed between the hours of 7:00 AM and 5:00 PM at Fort Moultrie and 9:00 AM - 5:00 PM at Charles Pickney; Monday through Friday, federal holidays excluded, unless authorized in writing by the COR. It is important that mowing operations within Fort Moultrie be done as much as possible before the fort opens at 9:00 AM for visitor access. This early start time will minimize visitor/contractor conflict. 5. SAFETY AND HEALTH: A) All work shall comply with the applicable requirements of 29CFR 1910/1926 and 40CFR 761. All work shall comply with applicable state and municipal safety and health requirements. Where there is a conflict between applicable regulations, the most stringent will apply. B) The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work. The Contractor shall hold the Government harmless for any action on its part or that of its employees or subcontractors, which results in illness or death. C) The Contractor shall provide all necessary safety equipment and ensure that such equipment and all relevant safety procedures are adequate for the job being performed and are utilized properly. PACKING AND MARKING: 1. PAYMENT OF POSTAGE AND FEES: All postage and fees related to submitting information forms, reports, etc., to the CO or the COR shall be paid by the contractor. 2. MARKING: All information submitted to the Contracting Officer or the Contracting Officer's Representative shall clearly indicate the Contract Number of the contract for which the information is being submitted. INSPECTION AND ACCEPTANCE: 1. THE ROLE OF GOVERNMENT PERSONNEL AND RESPONSIBILITY FOR CONTRACT ADMINISTRATION. A. Contracting Officer: The Contracting Officer (CO) alone, without delegation, is authorized to amend, modify or deviate from the contract. Other responsibilities may be delegated to an authorized representatives. Contracting Officer: D. Jean Clark, Contracting Officer, Chief, Contracting & Property Management, 1924 Building, 100 Alabama St., S.W. 5th Floor, Atlanta, GA 30303. Contract Specialist: Laurie Chestnut, Contract Specialist, Contracting & Property Management, 1924 Building, 100 Alabama St., S.W. 5th Floor, Atlanta, GA 30303; 404-562-3163 x 598; laurie_chestnut@nps.gov. Contracting Officer's Representative: David Richardson, Boat Captain, FOSU - Fort Sumter National Monument, 1214 Middle Street, Sullivans Island, SC 29482; 843 883-3123; David_E_Richardson@nps.gov. The Contracting Officer's Representative (COR) will be designated in writing at the time of award along with his responsibilities and limitations. The COR assists in the administration of the contract and other duties as assigned by the Contracting Officer. 2. FAILURE TO PERFORM: In the event work is performed unsatisfactorily, the contractor will be requested to correct the deficiencies. The COR will set the time frame for the deficiency to be corrected (for example 48 hours). If the work remains deficient, the COR may have the work accomplished by other means and deduct the cost thereof from the monthly payment. Note: This cost will include the administrative time used to get the work accomplished. DELIVERIES OR PERFORMANCE: 1. TERM OF CONTRACT: After the award, the successful contractor will be given a written notice to proceed. The offeror shall provide contractual services for a twelve month period, subject to the availability of appropriations (see the clause 52.232 18 AVAILABILITY OF FUNDS (APR 84), commencing on the date specified in the notice to proceed. Work under this contract is expected to commence on or about 04/01/2008. 2. OPTION TO EXTEND THE TERM OF THE CONTRACT: The Government shall have the unilateral option of extending the term of this contract for: A) The same terms and conditions contained in this contract shall apply to each option exercised. Options shall be exercised upon written notification (mailed or otherwise furnished) to the contractor at least thirty (30) calendar days prior to the expiration of the contract. The total duration of this contract, including the exercise of any options shall not exceed three years. B) One (1) six month extension (see clause 52-217-8, OPTION TO EXTEND SERVICES). The same terms and conditions contained in this contract shall apply to the six-month period. This option shall be used to ensure continuous service in the event of a delay in award of a subsequent contract or for other administrative reasons. Such notice of intent to extend service shall be given the contractor in writing at the earliest possible time. The option shall be exercised upon written notification (mailed or otherwise delivered) to the contractor at lease 15 calendar days prior to the expiration of the contract. The Government shall reserve the right to exercise a "no cost" termination of the service upon 15 days written notice to the contractor at any time during the six month extension period. The exercise of options is a Government prerogative, not a contractual right on the part of the contractor. If the Government exercises the option(s) within the prescribed time frames, the contractor shall be bound to perform the services for the option periods or be subject to the default provisions of this contract. CONTRACT ADMINISTRATION DATA: 1. PAYMENT (GENERAL): A) The National Park Service is the Federal Agency responsible for payments under this contract. (For any other information regarding this contract, contact Laurie Chestnut, Contract Specialist at 404-562-3163 ext. 598). B. Payment for any service rendered will be due in accordance with the Prompt Payment clause. In the event the contract begins or ends during the month, payments will be prorated based on the number of workdays in the respective month. 2. SUBMISSION OF INVOICES FOR SERVICES. Payment for recurring monthly services will be made on the basis of a monthly invoice, in arrears. Invoices must be submitted to the Contracting Office: National Park Service, ATTN: Laurie Chestnut, Contract Specialist, Contracting & Property Management, 1924 Building, 100 Alabama St., S.W., 5th Floor, Atlanta, GA 30303. SPECIAL CONTRACT REQUIREMENTS: 1. STANDARDS OF CONDUCT. The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor is also responsible for ensuring that his employees do not use Government telephones or equipment, except as authorized. Unsatisfactory conduct will result in termination of employee from contract. 2. Information Collection Requirements. The information collection requirements contained in this solicitation/contract that are not required by regulation have been approved by the Office of Management and Budget pursuant to the Paperwork Reduction Act and assigned OMB Control Number 3090-0163. 3. Smoking Restrictions. No smoking is allowed in Federal buildings. PART II - CONTRACT CLAUSES - Incorporated by References: FAR 52.212-1, Instructions to Offerors-Commercial;FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items; FAR 52.246-4, Inspection of Services; FAR 52.216-1, Type of Contract; FAR 52.217-5, Evaluation of Options; FAR 52.232-8, Discounts for prompt payment. STATEMENT OF EQUIVALENT FEDERAL WAGE RATES - HOURLY COMPENSATION: EMPLOYEE CLASS - Laborer, WG-4; WAGES - $13.55; *FRINGE BENEFITS - $3.44; TOTAL - $16.99. *FRINGE BENEFITS includes Life, Accident and Health Insurance, & Sick Leave - 4.70%; Retirement - 21.70%; Medicare - 1.45%; Workman's Compensation, unemployment, bonuses & awards - 1.80%; Paid Holidays as provided by Law: 10 Vacation or Paid Leave as Provided by Law: (1) 2 Hours of annual leave each week for an employee with less than three years of service. (2) 3 Hours of annual leave each week for an employee with three, but less than 15 years of service. (3) 4 Hours of annual leave each week for an employee with 15 or more years of service. PART III - LIST OF DOCUMENTS EXHIBITS AND OTHER ATTACHMENTS: Contact Laurie Chestnut, Contract Specialist at laurie_chestnut@nps.gov to request a copy of the facilities layout. PART IV - REPRESENTATION AND CERTIFICATIONS: All Government contractors must be registered with the online Representation and Certifications application (ORCA) at www.bpn.gov. INSTRUCTIONS, CONDITIONS AND OTHER NOTICES TO OFFERORS: 1. Inspection of Facility: Prospective contractors are encouraged to make an on-site, in depth review of the facility and job requirements, etc. Access to the building/facility may be obtained for inspection purposes between the following hours 8:00am - 3:00pm by contacting: David Richardson, FOSU - Fort Sumter National Monument, 1214 Middle Street, Sullivans Island, SC 29482; 843-883-3123; david_e_richardson@nps.gov. 2. Subcontracting: The Government reserves the right to approve or disapprove the subcontractors selected. Therefore, the contractor shall obtain the Contracting Officer's approval of all subcontractors and provide copies of subcontracts for any work required by this contract. The contractor is required to perform a minimum of 50% of all work with his own employees. 3. Preparation, Receipt and Opening of Bids: Bids shall be submitted in single copy on the form furnished, or copies thereof, and shall be signed in ink. Bids signed by an agency must be accompanied by evidence of his authority. Bids (with the necessary guarantee and statement of financial information) shall be enclosed in sealed envelopes and addressed as requested by the invitation. 4. Insurance Requirements: Evidence of insurance is to be provided to the Contract Specialist listed herein notice to proceed on contract can be issued. NOTE: The Contractor shall procure and maintain the following minimum insurance coverage in full force during the term of this coverage for EACH and EVERY CONTRACT, regardless of the number of contracts in force. Evidence of insurance coverage must be provided the Government WITHIN FIFTEEN DAYS OF AWARD; notice of changes to or termination of such coverage must be provided the Government AT LEAST 30 DAYS PRIOR TO THE EFFECTIVE DATE OF CHANGE. (1) GENERAL LIABILITY insurance coverage, written on the comprehensive form of policy, is required in the amount of $500,000 PER OCCURRENCE FOR BODILY INJURY and $500,000 PER OCCURRENCE FOR PROPERTY for each contract in force. (2) WORKMAN'S COMPENSATION AND OCCUPATIONAL COVERAGE in accordance with statutory limits and EMPLOYER'S LIABILITY COVERAGE with a minimum per contract limit of $100,000. EVALUATION FACTORS FOR AWARD 1. Unbalanced Bids: The Government may reject an offer as non-responsive if it is materially unbalanced as to prices for the basic requirement and the option quantities. An offer is unbalanced when it is based on prices significantly overstated for other work. 2. Fixed Price Contract Provision: This is a fixed price contract with an economic price adjustment that provides for a price which is not subject to any adjustments by reason of the cost experience of the contractor in the performance of the contract, other than those provided for by the contract, as defined in FAR 16.203. 3. Estimated Contract Value: For evaluation purposes, a total price will be computed, utilizing the following formula: a) Base Service: The monthly contract price multiplied by 6 months for the initial year of service; b) Option Years: The monthly contract price multiplied by 12 months for each option year of service. The aggregate of (a), and (b) above will determine the total contract value. SECTION B.2 - BID/CONTRACT SCHEDULE - Section 1 of 5 SERO - SOLICITATION NO.: PARK: Fort Sumter National Monument and Charles Pinckney National Historic Site TITLE: Grass Cutting BIDS WILL BE CONSIDERED FOR AWARD ON THE FOLLOWING SCHEDULE, BUT NO BID WILL BE CONSIDERED FOR AWARD ON ONLY A PART OF THE SCHEDULE. SUBMIT BID FOR ALL ITEMS. INCOMPLETE BID PACKAGES WILL NOT BE CONSIDERED. In case of error in the extension of prices, the unit price governs. In case of error in summation, the total of the corrected bid amount governs. ___________________________________________________________________________________________ Item No. Item Description Unit Price Unit of Issue Bid Amount ___________________________________________________________________________________________ Base Year 4/1/08 - 9/30/08 Schedule 1 Fort Moultrie 1 1.1 Area A $__________ 6 mos. $_______________________ 1.2 Area B $__________ 6 mos. $_______________________ 1.3 Area C $__________ 6 mos. $_______________________ Schedule 2 Charles Pinckney 2.1 Area A $__________ 6 mos. $_______________________ 2.2 Area B $__________ 6 mos. $_______________________ TOTAL BID $_______________________ BID/CONTRACT SCHEDULE - Section 2 of 5 ___________________________________________________________________________________________ Item No. Item Description Unit Price Unit of Issue Bid Amount ___________________________________________________________________________________________ Option Year One 10/01/08 - 9/30/09 Schedule 1 Fort Moultrie 1.1 Area A $__________ 12 mos. $_______________________ 1.2 Area B $__________ 12 mos. $_______________________ 1.3 Area C $__________ 12 mos. $_______________________ Schedule 2 Charles Pinckney 2.1 Area A $__________ 12 mos. $_______________________ 2.2 Area B $__________ 12 mos. $_______________________ TOTAL BID $_______________________ BID/CONTRACT SCHEDULE - Section 3 of 5 ___________________________________________________________________________________________ Item No. Item Description Unit Price Unit of Issue Bid Amount ___________________________________________________________________________________________ Option Year Two - 10/01/09 - 9/30/10 Schedule 1 Fort Moultrie 1.1 Area A $__________ 12 mos. $_______________________ 1.2 Area B $__________ 12 mos. $_______________________ 1.3 Area C $__________ 12 mos. $_______________________ Schedule 2 Charles Pinckney 2.1 Area A $__________ 12 mos. $_______________________ 2.2 Area B $__________ 12 mos. $_______________________ TOTAL BID $_______________________ BID/CONTRACT SCHEDULE - Section 4 OF5 __________________________________________________________________________________________ Item No. Item Description Unit Price Unit of Issue Bid Amount ___________________________________________________________________________________________ Option Year Three - 10/01/10 - 9/30/11 Schedule 1 Fort Moultrie 1.1 Area A $__________ 12 mos. $_______________________ 1.2 Area B $__________ 12 mos. $_______________________ 1.3 Area C $__________ 12 mos. $_______________________ Schedule 2 Charles Pinckney 2.1 Area A $__________ 12 mos. $_______________________ 2.2 Area B $__________ 12 mos. $_______________________ TOTAL BID $_______________________ BID/CONTRACT SCHEDULE - Section 5 OF 5 ___________________________________________________________________________________________ Item No. Item Description Unit Price Unit of Issue Bid Amount ___________________________________________________________________________________________ Option Year Four - 10/01/11 - 9/30/12 Schedule 1 Fort Moultrie 1.1 Area A $__________ 12 mos. $_______________________ 1.2 Area B $__________ 12 mos. $_______________________ 1.3 Area C $__________ 12 mos. $_______________________ Schedule 2 Charles Pinckney 2.1 Area A $__________ 12 mos. $______________________ 2.2 Area B $__________ 12 mos. $_______________________ TOTAL BID $_______________________
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2818252)
 
Place of Performance
Address: Sullivans Island, SC and Mount Pleasant, SC
Zip Code: 29482
Country: USA
 
Record
SN01512924-W 20080222/080220225743 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.