SOLICITATION NOTICE
S -- Base Mowing Service - Attachment 1 - Base Mowing Map - Attachment 2 - Base Mowing Bid Schedule
- Notice Date
- 4/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
- ZIP Code
- 65305
- Solicitation Number
- FA4625-09-Q-0008
- Point of Contact
- Michael A Mealiff,, Phone: 660-687-5461, James D McCoy,, Phone: 660-687-5435
- E-Mail Address
-
michael.mealiff@whiteman.af.mil, james.mccoy@whiteman.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 - Base Mowing Bid Schedule Attachment 1 - Base Mowing Map 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. Solicitation number FA4625-09-Q-0008 is issued as a request for quotation to provide mowing services at Whiteman AFB, MO. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, DFARS DCN 20090115, AFFARS AFAC 2009-0318. The NAICS code is 561730 with the corresponding small business size standard of $7 million. This acquisition will be unrestricted with a hub-zone preference in accordance with the Small Business Competititiveness Program FAR 19.10. General Wage Decision # 05-2307 Revision 7 dated 6/17/2008 applies to this acquisition and can be found at http://www.wdol.gov/. The following factors shall be used to evaluate offers: Price. Paper copies of the Request for Quotation shall not be made available. PERFORMANCE WORK STATEMENT (PWS) FOR BASE MOWING SERVICE Whiteman Air Force Base, Missouri 1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to ensure that all mowing is performed at Whiteman AFB in a manner that will maintain healthy grass at the contract's required height and present a clean, neat, and professional appearance. MAINTAIN GROUNDS: SECTION 1 Mowing Area A and B consisting of approximately 328 acres semi-improved and 7 acres improved grounds. (Appendix B) SECTION 2 Mowing Area C consisting of approximately 18 acres of improved grounds. (Appendix B) SECTION 3 Mowing Area D and Area E consisting of approximately 12.5 acres improved grounds and 103.5 acres of semi-improved grounds. (Appendix B) 1.1 Mowing Operations. The contractor shall prevent scalping, uneven mowing, rutting by equipment and damage to trees during contractor operations. The contractor shall repair turf damaged during mowing operations. Precautions shall include removal or repair of equipment causing unnecessary damage or procedures causing unsatisfactory mowing. If the contractor's equipment shreds trash or debris, the contractor shall remove the trash or debris the same day work in that area is completed. The government is not responsible for damage to contractor's equipment due to trash, debris, or uneven terrain. During periods of heavy precipitation within the mowing schedule, the contractor shall ensure ponding areas be maintained in accordance with (IAW) AFPAM 91-212 Bird Aircraft Strike Hazard (BASH) standards. Contractor shall not enter ponding areas with heavy equipment so as not to cause rutting or damage to sod. Grass clippings shall be removed immediately when visible after mowing and shall not be visible on any paved or semi-improved road surfaces due to foreign object debris (FOD) hazard. 1.1.1 Contractor shall maintain all large and small open drainage systems free of debris, cattails, limbs, leaves, grass clippings, scrub brush and seedlings. These drainage systems shall include but are not limited to open culverts under driveways and roads, ditches, swales, dry creek beds, draws, gulches, hollows, trenches, fords, basins and overflows. Furthermore, the contractor shall maintain roadway banks and hillsides. 1.1.2 Mowing equipment shall be returned to parking areas in area E indicated on the designed map at the end of the workday. Equipment shall not be left unattended on the base proper and shall be moved to parking areas when unattended. 1.1.3 Improved Grounds. Grass shall be cut to improved ground specifications on approximately 7 acres for Option A, 18 acres for Option B and 12.5 acres for Option C of improved grounds as indicated in Appendix B. Contractor shall maintain the growth of grass height on improved grounds between 2 to 4 inches. NOTE: The following buildings in area A will need improved mowing around them: # 4050 height 2-4 inches # 4076 height 2-4 inches # 3997 height 2-4 inches ( Dog Kennel fenced in area) 1.1.4 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. This task involves all improved grounds as shown on map in Appendix B. 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 by contractor, the contractor shall be responsible for replacing the damaged plant with a plant of same size and type. Plant replacement shall occur within 15 calendar days of noticed damage. 1.1.5 Remove Debris. The contractor shall remove debris in all areas identified in Appendix B. Responsibilities shall include, but not be limited to, the removal and disposal of all natural debris, (tree limbs, dry brush, rodent habitats, dead animals, etc.), and man-made debris. Dispose of all debris at an off-base location in accordance with existing local, state, and federal regulations. 1.1.6 Repair Damaged Areas. Areas damaged by contractor vehicles shall be seeded, sprigged, or sodded to meet the standards of surrounding areas (Seed or sod species; Kentucky 31 only). Other than lawn areas shall be repaired to match the surrounding area. 1.1.7 Semi-Improved Grounds. Grass cutting shall be accomplished on approximately 475 acres of semi-improved grounds as indicated in Appendix B. Contractor shall maintain grass on semi-improved grounds as set forth in Appendix B from 7 - 14 inches in height. Grass on these areas shall be cut as per the schedule approved by the designated government representative. The contractor shall submit the schedule to contracting officer (CO) for approval within ten (10) days of the start of the contract. Grass on these areas shall be maintained between 7 - 14 inches to meet BASH standards. The grass shall not be shorter than 7 inches in height to prevent dust and debris and the grass shall never be more than 14 inches in height to prevent bird habitation. 2. SERVICE DELIVERY SUMMARY. The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success and safety. 2.1 Performance Objective : Maintain Improved Grounds. Grass is maintained within proper height for its area as outlined in PWS. Sod does not need to be replaced. Sod is healthy and looks well maintained. PWS Para 1.1.3; Performance Threshold : Customer complaints shall not exceed two (2) per month. 2.2 Performance Objective : Maintain Semi-Improved Grounds. Semi-improved grounds shall be properly maintained between 7 to 14 inches as indicated on map in Appendix B of the PWS. Mowing of areas complies with BASH standards. PWS Para 1.1.7; Performance Threshold : Customer complaints shall not exceed two (2) per month. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. GENERAL INFORMATION. The government shall provide the facilities, equipment, materials and services listed in Appendix C. 4. GENERAL INFORMATION. 4.1. QUALITY ASSURANCE. The government may evaluate the contractor's performance through periodic inspection, customer complaint, and 100% inspection methods. If the government finds discrepancies or delinquencies with any part of the service performance, the contractor will be subject to government remedies. 4.2. GOVERNMENT REMEDIES. The contracting officer shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002), for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 4.3. HOURS OF OPERATION. Normal base duty hours are 7:00 am-5:00 pm. However, the contractor may operate from dawn to dusk and may perform in dark with coordination through the Civil Engineering Quality Assurance Evaluator (QAE). Equipment shall be properly outfitted for night driving and safety shall be the paramount consideration. In some areas, due to the type of operation, or other considerations, mowing around the air field (military training site in area A) shall be accomplished at times other than during normal operating hours at no additional cost to the Government. The contractor will be informed in advance before any exercise takes place in the military training site. 4.3.1. Holidays. The contractor is not required to provide service on federal holidays, but shall maintain grass heights regardless of the holidays and may operate on weekends and holidays. The holidays are: New Year's Day -1 January Martin Luther King Day -3rd Monday in January Washington's Birthday -3rd Monday in February Memorial Day - Last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran's Day - 11 November Thanksgiving Day -4th Thursday in November Christmas Day -25 December If these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. 4.3.2. Hours of Operation Other Than Normal. There will be mission situations that require the contractor to work other than normal hours. Some of these situations are military exercises, contingency operations, or weather emergencies. When the contractor's access to a work area conflicts with an Air Force mission requirement, the contractor shall schedule the work to minimize the disruption. Such scheduling may require work to be accomplished at times other than normal duty hours at no additional cost to the Government. 4.4. SECURITY REQUIREMENTS. 4.4.1. CONTRACTOR PERSONNEL. 4.4.1.1 Contract Manager. The contractor shall provide a CM who shall be responsible for the performance of work. The name of this person, and an alternate or alternates, who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start date. 4.4.1.2. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 4.4.1.3 The CM and alternate or alternates shall be able to read, write, speak, and understand the English language. 4.4.2. Contractor Employees. The contractor shall not employ any person for work on this contract if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. Where reading, understanding, and discussing safety and environmental warnings are an integral part of a contract employee's duties, that employee shall be able to understand, read, write, and speak the English language. 4.4.2.1. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. The contractor shall provide each employee with an identification badge that shall include the employee's name and contractor's name. Identification shall be available prior to employment and shall be worn or attached to the outer garment at all times. 4.4.2.2. The contractor shall ensure employees have a current and valid driver's license and according to qualified IAW local policy, as required, before allowing the employee to operate a contractor-owned vehicle on Whiteman AFB. 4.4.2.3. The contractor shall not employ any person who is an employee of the United States Government if employing that person would create a conflict of interest or the appearance of conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval according to the appropriate ethics regulations. The contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the industrial labor relations policies. 4.4.2.4. The contractor is cautioned that off duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform; however, their absence at any time shall not constitute an excuse for nonperformance under this contract. 4.4.2.5. The management and control of contractor employees in the performance of this contract shall be the responsibility and prerogative of the contractor; however, the contractor shall comply with the contract requirements and Whiteman AFB instructions concerning conduct of employees. 4.4.3 Security Requirements. The contractor and his/her employees shall be subject to all base instructions, including, but not limited to, all vehicle traffic, airfield and security instructions. 4.4.3.1. The contractor shall ensure each employee obtains a contractor pass and Vehicle Registration, and Vehicle Pass. This shall be accomplished by initiating application procedures at the Base Contracting Office. All employees shall have the contractor pass in their possession at all times when on base. (Ref. WAFB clauses) 4.4.3.2. The contractor shall follow base instructions concerning entry requirements and procedures around the airfield area. The contractor shall notify the Base Security Forces along with the Airfield Manager at Base Operations, Building No.35, prior to beginning daily operations, if around the airfield area. The Airfield Manager will then notify the Air Traffic Control Tower so the tower may maintain visual contact with the contractor operations on a continual basis. 4.4.3.3. The contractor shall maintain specified height for all areas. 4.4.3.4. Last cutting of the year shall be cut at 2-4 inches on improved grounds and 7-14 on semi improved grounds 4.4.3.4.1. Prior to beginning daily operations, if in the military training site, (in area A) the contractor shall notify the Airfield Manager of the proposed work site access route. The Airfield Manager will approve the access route to be driven in the vicinity of the airfield. Mowers shall drive in accordance with base security rules. 4.4.3.2.2. The contractor shall maintain radio contact with the Air Traffic Control Tower at all times while around the airfield area. The government, Airfield Manager, will furnish a radio to the contractor. The government will provide keying of the equipment for tower network frequency for the contractor at no cost to same. Contractor personnel shall only use the tower net to communicate with the tower and not use it for personal communication. The contractor shall comply with all radio-transmitted advisories and directions issued by Base Operations. 4.4.3.2.3. Prior to contractor vehicles or equipment entering paved areas of the airfield; the contractor shall inspect all tires for foreign objects, rocks, and dirt, and remove same prior to driving on the pavement. If any foreign material (dirt, grass, clippings, etc.) is left on the paved area around airfield as a result of contractor operations, the contractor shall sweep the area immediately to eliminate FOD conditions. Mowers are not authorized to cross the runway and should only cross a taxiway when absolutely necessary. Drivers shall establish radio contact with the tower and request approval before operating within 100 feet of the runway/overruns and the ILS critical areas. The contractor shall request pre-announcement through the Base Operations. 4.4.3.2.4. Prior to start of work, the contractor shall submit a by-name list of employees, on company letterhead, through the Civil Engineering Squadron, to 509 OSS/OSA. An updated list shall be provided upon change of employees. The list shall include employees' name, social security number, and date of birth and security clearance level, if applicable. In addition, the contractor may be required to gain access Controlled Areas. Access to Controlled Areas requires that the contractor submit through the Civil Engineering Squadron to have an Entry Authority Letter posted at the Entry Control Points. 4.4.3.2.5. Contractor personnel shall not carry and/or transport firearms or dangerous weaponry on the installation. 4.4.3.2.6. Contractor personnel shall not enter facilities/areas designated and posted as Controlled Areas without specific authorization of the installation commander or designee. 4.4.3.2.7. In the event that service is to be provided in a controlled area (Title 50, Section 797, US Code), and it is determined a free zone shall be established instead of using escorts, the contractor personnel shall adhere to free zone procedures as identified in a letter signed by the installation commander or designee. 4.4.3.2.8. Contractor personnel are subject to all instructions dealing with unauthorized installation entry, orders not to reenter (debarment), and installation entry point checks. 4.4.3.2.9. Contractor personnel shall comply with both the Installation Traffic Code and the State of Missouri (RSMO) traffic codes. Contractor personnel are also subject to Air Force driving suspensions, revocations, and installation private vehicle registration requirements. 4.4.3.2.10. In the event of wing exercises or real world commitments contractors may be required to exit the controlled area without prior notice. All efforts shall be made to notify the contractor of upcoming events that may interfere with the contractor's progress to assist in scheduling, and if possible, a 72-hour notice will be provided, however, there may be times this will not be possible. Contractors may be restricted from the work area for up to a 30-day cumulative period per year with no claim to the government due to exercise and or real world contingencies. 4.5. SPECIAL QUALIFICATIONS. 4.5.1. EMPLOYEE TRAINING 4.5.1.1. The contractor shall ensure employees are qualified to safely operate grounds maintenance equipment before assigning employees to tasks that require use of the equipment. The contractor shall maintain records of each individual's training and certifications. 4.5.1.2. The contractor shall provide environmental, health, and safety training to ensure compliance with all federal, state, local laws or instructions. 4.5.2. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contractor use. No government facilities, materials, and property shall be left unsecured at any time. The contractor shall also take reasonable precautions to safeguard contractor equipment and property. No ignition keys will be left in vehicles when parked for the end of day. 4.5.2.1. During the course of mowing operations, if a manhole or manhole lock gets damaged or destroyed, the contractor shall immediately contact the Central Security Control at (660) 687-3888. 4.6. RECORDS. The contractor shall be responsible for creating, maintaining, and disposing of only those government required records that are specifically cited in this PWS or required by the provisions of directives listed in Section 4.11, Applicable Publications and Forms. If requested by the government, the contractor shall provide the original record or a reproducible copy of any such record within five (5) working days of receipt of the request. 4.6.1. Work Clearance Request (AF Form 103). The contractor shall obtain, initiate, complete and have in his/her possession an approved AF Form 103, prior to any digging or driving an object into the ground on Whiteman AFB. The contractor shall allow up to five (5) workdays to process. 4.6.1.1. The contractor shall coordinate with Air Force personnel or other contractors on AF Form 103 (Work Clearance Request). 4.6.2. Pollution Abatement. The contractor shall perform all work in accordance with federal, state and local environmental regulations, (including maintenance of Materials Safety Data Sheets (MSDS's) IAW applicable EPA regulations and criteria so as to minimize pollution, exploitation and degradation of natural resources). In addition, the following requirements shall be mandatory. 4.6.2.1. Transporting debris or policed materials from the site shall be accomplished in a manner preventing particles from becoming airborne: such as covered vehicles or enclosed dumpster boxes. 4.6.2.2. Burning of any material; see paragraph 4.7.4. 4.6.2.3. Fuels or other harmful materials shall not pollute streambeds, lakes, drainage ways, sanitary and storm sewers, etc. If any of these materials are inadvertently spilled into these areas, the contractor shall immediately notify the Base Fire Department at (660) 687-4507/08. Then, the contractor shall immediately report the incident to the CO and QAE concerning the event. The contractor shall bear the burden and expense of all remediation. 4.6.2.4. The contractor shall ensure that his/her operations do not expose any personnel to any hazardous conditions (i.e. noise, chemicals, etc.) as covered by OSHA Standards. 4.6.3. Fire Prevention and Protection. The contractor and his/her employees shall comply with WAFB AFI 32-2001. A copy of this instruction may be obtained upon request from the contracting officer. Base fire prevention personnel may make periodic routine inspections for instruction compliance. Burning of any material on base by the contractor is prohibited, unless under the direction/observation of the Base Fire Department. 4.7. CONSERVATION OF UTILITIES. The contractor shall ensure employees practice utilities conservation. The contractor shall be responsible for operating under conditions that prevent the waste of utilities to include: 4.7.1. Water faucets or valves shall be turned off when not in use. 4.8. ENVIRONMENTAL CONTROLS. 4.8.1. Compliance with Laws and Regulations. The contractor shall be knowledgeable of and comply with all applicable Federal, State, and local laws, regulations, and requirements regarding environmental protection. In the event environmental laws/regulations/requirements change during the term of this contract, the contractor shall comply with such law/regulation as changed. If there is an increase or decrease in cost as a result of the change, the contractor shall immediately inform the contracting officer in writing for a possible modification to the contract. The contractor shall ensure policies and procedures are established that protect the health and safety of employees and the community to minimize or eliminate the risk of environmental pollution. 4.8.2. Notification of Environmental Spills. If the contractor spills or releases any substance listed in Title 40, Chapter I, Part 302 of the Code of Federal Regulation (CFR) into the environment, the contractor shall immediately report the incident to the CO or QAE and/or the Environmental Coordinator, (660) 687-6347. The contractor shall be liable for the containment and environmental cleanup of spill or release of such substance. 4.8.3. Material Storage and Use. The contractor shall follow manufacturer's guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling. This includes hazardous materials. Bulk fuel will not be stored in tanks on Whiteman AFB. Portable truck mounted tanks are recommended for refueling. 4.8.4. The contractor is responsible for advising his/her employees of all Environmental and Hazardous Materials Handling and is also required to have and maintain Material Safety Data Sheets (MSDS) for all materials used by the contractor IAW federal and state laws and/or regulations. (Reference OSHA requirements) 4.9. GENERAL DEFINITIONS 4.9.1. Defective Service. A service output that does not meet the standard of performance specified in the contract for that service. 4.9.2. Performance Threshold. The point that divides acceptable and unacceptable performance of a task according to the service delivery summary and the Inspection of Services clause. It is the number of defectives or maximum percent defective in lot that is deemed acceptable. Any further defectives require the government to affect the price computation system. 4.9.3. Quality Assurance (QA). A planned and systematic pattern of all actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements, and satisfactory performance is achieved. Quality assurance refers to actions by the government. 4.9.4. Quality Assurance Evaluator (QAE). A functionally qualified person who performs quality assurance functions for a contracted service. 4.9.5. TECHNICAL DEFINITIONS. 4.9.5.1. As-built Drawings. A copy, provided to the contractor by the QAE, of a drawing in the current contract's Appendix B to be marked with a red marker or pen by the contractor showing any changes to the existing drawing to make that drawing current and correct. When necessary, the contractor shall field verify the drawings for correctness. 4.9.5.2. BASH Program. Bird Aircraft Strike Hazard Program. 4.9.5.3. Daily. Duty day. 4.9.5.4. Debris. Foreign objects that present obstacles to maintenance operations, such as tree limbs, fallen trees, rocks, dead animals/birds, trash, etc. 4.9.5.5. Dispose. Deposit daily into the contractor-provided dumpster or remove from the installation. 4.9.5.6. Estimate. A rough or approximate calculation. 4.9.5.7. Field Verify. Physically check a drawing against what is represented on a drawing for correctness. 4.9.5.8. Full Week. Forty work hours within Monday - Friday (excluding holidays). 4.9.5.9. Grass. Botanical, any plant of the Grameneae family that is characterized by narrow leaves with parallel veins. The leaves are composed of blade, sheath, and ligules. The plants have jointed stems and fibrous roots and inconspicuous flowers usually arranged in spikelets. For the purpose of this contract, grass also includes all weed species growing in the grass area receiving mowing services. 4.9.5.10. Grass Mowing Service. The practices required to maintain designated grass areas at desired grass heights. This work includes, but is not limited to, mowing and trimming. 4.9.5.11. Grass Trimming. The cutting of grass and weeds in areas that is inaccessible to mowers due to obstacles. Height shall be similar to the immediate surrounding area. 4.9.5.12. Growing Season. Period of 1 April through 31 October annually. 4.9.5.13. Immediately. Within one (1) hour. 4.9.5.14. Improved Grounds. Areas identified for grass maintenance in which grass height shall be maintained at or between 2 to 4 inches. This category will apply to areas within the built-up section of an installation or areas adjacent to facilities or fences. 4.9.5.15. Manufacturer's Specifications. Technical information provided by the manufacturer specifying equipment, operating parameters, and recommended maintenance requirements. 4.9.5.16. Moist Soil. Soil when squeezed in the hand makes a moist mark on the hand and shows a reading of 80-90 on a tension meter. 4.9.5.17. Obstacle. Any object that rises from the ground that is not determined to be debris. Includes, but is not limited to trees, tree belts, shrubs and other landscaping; also includes airfield lights, transformers, manholes, fire hydrants, telephone poles, navigational aids, windsock poles, taxiway markers and lights, environmental test holes, runway markers and lights, gate posts, gas lines, fences, facilities, culverts, structures, sign posts/poles, and utility systems. 4.9.5.18. Pond. A small body of water. 4.9.5.19. Removal. To transfer or move something from where it is to an acceptable area. 4.9.5.20. Restricted and Controlled Areas. Those areas, designated by the Commander, that require control of personnel for security or equipment for protection of personnel/property. 4.9.5.21. Semi-Improved Grounds. Areas identified for grass maintenance in which grass height shall be maintained at or between 7 to 14 inches with trimmed areas maintained at 2 to 4 inches. 4.9.5.22. Shrub. A woody plant of relatively low height, distinguished from a tree by usually having several stems rather than a single trunk. 4.9.5.23. Special Events. Any grass mowing service required which is beyond the scope of the SOW and for which a written order will be issued by the CO. 4.10. APPLICABLE PUBLICATIONS AND FORMS 4.10.1. Publications (to include their supplements at any organizational level) and forms that apply to this PWS are listed below. The publications and forms have been coded as mandatory or advisory. The contractor is obligated to follow those publications and use those forms coded as mandatory to the extent specified in other sections of this PWS. The contractor shall be guided by those publications or use those forms coded advisory to the extent necessary to accomplish requirements in this PWS. The government at the start of the contract shall provide all publications and forms listed. It is the responsibility of the contractor to establish follow-on requirements with the publications distribution office. Supplements or amendments to listed publications from any organizational level may be issued during the life of the contract. The contractor shall immediately implement those changes that result in a decrease or no changes in the contract price and notify the contracting officer in writing of such changes. Before implementing any change that will result in an increase in contract price, the contractor shall submit to the contracting officer a price proposal within 30 calendar daysfollowing receipt of the change by the contractor. The contracting officer and the contractor shall negotiate the change into the contract under the provisions of the contract clause entitled "Changes". Failure of the contractor to submit a price proposal within 30 calendar days following receipt of the change entitles the government to performance according to such change at no increase in contract price. PUBLICATION NO. SECTION/PARA/LINE TITLE DATE MANADATORY (M) ADVISORY (A) 127-101 Occupational Safety and Health (OSHA) May 96 A AF Form 103 Base Civil Engineering Work Clearance Request Aug 94 A 5. APPENDICES. A. Estimated Workload Data B. Maps and/or Site Plans C. Government Furnished Property/Services/Equipment D. Contractor Furnished Items and Services APPENDIX A ESTIMATED WORKLOAD DATA SECTION 1 (Area A & Area B) ITEM NAME ESTIMATED QUANTITY 1 Improved Grounds 7 Acres 2 Semi-improved Grounds 328 Acres SECTION 2 (Area C) ITEM NAME ESTIMATED QUANTITY 1 Improved Grounds 18 Acres SECTION 3 (Area D & Area E) ITEM NAME ESTIMATED QUANTITY 1 Improved Grounds 12.5 Acres 2 Semi-improved Grounds 103.5 Acres APPENDIX B MAPS AND/OR SITE PLANS See Attachment 1 - Base Mowing Map APPENDIX C GOVERNMENT FURNISHED PROPERTY/SERVICES/EQUIPMENT Government Furnished Storage Area. The government shall furnish or make available storage/parking area described in Appendix B. Government storage area has been inspected for compliance with the Occupational Safety and Health Act (OSHA). No hazards have been identified for which a work-around has been established. Should a hazard be subsequently identified, the government corrects OSHA hazards according to base-wide government developed and approved plans of abatement taking into account safety and health priorities. A higher priority for correction will not be assigned to the storage area provided hereunder merely because of this contracting initiative. The fact that no such conditions have been identified does not warrant or guarantee that no possible hazard exists, or that work-around procedures will not be necessary or that the storage area as furnished will be adequate to meet the responsibilities of the contractor. Compliance with the OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the contractor. Further, the government will assume no liability or responsibility for the contractor's compliance or noncompliance with such requirements, with the exception of the aforementioned requirement to make corrections according to approved plans of abatement subject to base-wide priorities. Prior to modification of the storage area, even if the work is at contractor's expense, the contractor shall furnish the CO documentation describing, in detail, the modification requested. No modifications of the storage area shall be made without specific written permission from the CO. The contractor shall return the storage area to the government in the same condition as received, fair wear and tear and approved modifications excepted. These storage areas shall only be used in performance of this contract. Government Furnished Radio. Government will provide a radio to the contractor for communication with the tower when needed. GOVERNMENT-FURNISHED SERVICES Security Forces and Fire Protection. The government will provide security forces and fire protection to the extent necessary to ensure a secure and safe installation. The contractor shall adhere to the security and fire directives, instructions and policies of Whiteman AFB. Emergency Medical Services. Ambulance will be provided on a cost reimbursable basis. Patient will be transported to the Western Missouri Medical Center Emergency Room, Warrensburg, Missouri. APPENDIX D CONTRACTOR FURNISHED ITEMS AND SERVICES GENERAL INFORMATION. Except for those items or services specifically stated to be government-furnished in Appendix C, the contractor shall furnish everything required to perform this contract according to all its terms. Contractor-furnished items and services shall include, but are not limited to, the following: Contractor-Furnished Communications. An operating business telephone shall be maintained at all times. This telephone number shall be given to the CO at the pre-performance conference prior to the start of the contract. The contractor shall be responsible for all costs to install or relocate commercial (Class A) telephones and pager systems throughout the term of the contract. Communication System. Compliance with radio transmissions from Base Operations by contractor personnel is mandatory. The number of contractor personnel simultaneously in the airfield area may dictate contractor provision of hand-held radios, or similar communication devices, for facilitation of rapid dissemination of Base Operations directions and associated mandatory immediate response. Contractor Maintenance of Storage Area. The contractor shall be responsible for all costs of providing the following services to government-furnished storage area: maintenance, policing of immediate grounds within a 500 foot radius of the storage area, fire prevention, and security of storage area and equipment and supplies. The contractor shall maintain such storage area to the same standards as similar areas occupied by the government. The contractor shall continually provide all required services to meet these standards. Grounds Maintenance of Storage Area. The area surrounding the contractor storage area shall be free of unsightly debris and weeds. In addition, the contractor shall be responsible for the grounds maintenance of the storage area furnished to contractor (See Para. 1 for requirements). On Site Enclosed Dumpster. On a daily basis, deposit all debris, refuse, and trash generated from or associated with contracted services. Debris Removal. All debris, refuse and trash items shall be hauled off of Whiteman AFB grounds on a weekly basis, or more frequent basis, and disposed of IAW applicable federal, state and local regulations. Items shall be transported in tarp covered or closed vehicles. Any materials dropped or blown off vehicles shall be immediately picked-up by the contractor. All debris shall be disposed of at a contractor selected disposal area. The government shall assume no responsibility in the selection of the above mentioned disposal area. QUALITY STANDARDS--VEHICLES, EQUIPMENT/TOOLS AND MATERIALS/SUPPLIES. Contractor-Furnished Vehicles. The contractor shall provide and maintain contractor-owned or leased vehicles to meet the requirements of this contract. Any contractor vehicles used in the performance of this contract shall have the company name prevalently and prominently displayed on both sides of the vehicle and be maintained clean to present a professional appearance. All vehicles used in the performance of this contract shall be in operable condition and meet the local, state and federal safety requirements. Equipment such as pick-up trucks that have catalytic converters shall not be operated on improved or semi-improved grounds that are covered with dry vegetation. Vehicles found to be unsafe or unable to function as designed shall be removed from the installation and replaced at contractor's expense. Vehicular repairs shall not be done on base. The CO or designated personnel may inspect the contractor's vehicles at any time and direct the removal of any unsafe or non-functional vehicle from the installation. All vehicles shall be registered, licensed, insured, and operated in accordance with base traffic instructions by a licensed driver. Contractor-Furnished Equipment and Tools. The contractor's equipment, including, but not limited to mowers (push, riding and tractor), trimmers, etc., shall be of quality, size, and type suitable for accomplishing the work specified. Any electrical equipment used by the contractor shall meet all safety requirements of this contract and shall be UL approved. The contractor's equipment shall be in good repair and able to operate efficiently and safely. Equipment shall be maintained clean to present a neat, professional appearance. The CO or designated personnel may inspect the contractor's equipment and/or tools at any time. Should unsafe equipment/tools be identified, the contractor may make minor repairs/adjustments immediately to correct the unsafe condition; however, should immediate correction of the unsafe equipment/tool not be accomplished, the CO may direct the removal of the unsafe equipment/tools. The contractor shall remove these items from the job as directed. Materials and Supplies. The following are representative of the materials or supplies the contractor should have to perform the contract. Petroleum, Fuels, Oil, Lubricants, and Anti-Freeze. Equipment Repair Parts. Plastic Trash Bags. Plastic trash bags for items that have been collected. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.204-6, DUNS 52.204-4, Printed or Copied Double-Sided on Recycled Paper. 52.212-1, Instructions to Offerors 52.212-3, Reps and Certs 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Commercial Items (including the following) 52.216-1, Type of Contract 52.217-5 -- Evaluation of Options. 52.217-8 -- Option to Extend Services 52.217-9 -- Option to Extend the Term of the Contract. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-19, Availability of Funds for the Next Fiscal Year Fill-in (30Sep2009) 52.203-3, Gratuities 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Custom software and hardware technician, $27.86) 52.225-1, Buy America Act--Supplies 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344) 52.252-1, Solicitation Provisions incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-2, Clauses incorporated by reference fill-in (http://farsite.hill.af.mil) 52.252-5, Authorized Deviations in Provisions fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 52.252-6, Authorized Deviations in Clauses fill-in (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.232.7028, Exclusionary Policies and Practices of Foreign Governments. 252.247.7024, Notification of Transportation of Supplies by Sea 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, Ombudsman Ms. Lorraine Cotton/129 Andrews Street, Ste 102/Langley AFB VA 23665-2791/ Phone: (757) 764-5371 Fax: (757) 764-4400/email: lori.cotton@langley.af.mil 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 31 July 2009. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. Quotes are to be e-mailed to the following e-mail addresses: michael.mealiff@whiteman.af.mil; james.mccoy@whiteman.af.mil; sent by FAX to (660) 687-4822 to the attention of Lt Michael Mealiff; or hand delivered to the 509th Contracting Squadron, 727 Second St, Ste 124A, Whiteman Air Force Base, Missouri, 65305-5344. NOTE: Quotations shall be received by 1:00 PM CST, 15 April, 2009; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=42854e7991f290abc7a67e96c0831199&tab=core&_cview=1)
- Place of Performance
- Address: Whiteman Air Force Base, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN01787072-W 20090409/090407215048-cad04f04fc59ec75e9293e7d27ab55c7 (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 |