SOLICITATION NOTICE
S -- Landscaping and Grounds Maintenance
- Notice Date
- 5/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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, Virginia, 23801-1800
- ZIP Code
- 23801-1800
- Solicitation Number
- HDEC05-09-T-0046
- Point of Contact
- Rhonda N. Jackson, Phone: 804-734-8000 x49816, Michael L Shaffer, Phone: 804-734-8000 48681
- E-Mail Address
-
rhonda.jackson@deca.mil, michael.shaffer@deca.mil
(rhonda.jackson@deca.mil, michael.shaffer@deca.mil)
- Small Business Set-Aside
- Emerging Small Business
- Description
- 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 HDEC05- 09 -T- 0046 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) 2005-32 DFARS Change Notice 20090115 and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Federal Supply Classification is S208. The North American Industry Classification systems (NAICS) code is 561730. The Size standard is $7.0M. E) Contract Line Item Numbers (CLINS) – Provide Pricing in accordance with the Statement of Work in the following format (Periods of Performance are shown in Paragraph F): Location: Defense Commissary Agency Headquarters, 1300 E Avenue, Fort Lee, VA 23801-1800 CLIN 0001; 0001AA Lawn Maintenance; Price per Cut $__________ 0001AB; Weed Control; Each Application $_________ 0001AC; Crabgrass Preventer; Each Application $_________ 0001AD; Starter Fertilizer; Each Application $_________ 0001AE; Fertilizer; Each Application $__________ 0001AF; Mulching; Each Application $__________ F) The period of performance is June 2009 thru December 31, 2009 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 shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; 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; and IF your firm accepts credit card payments provide NAME; PHONE #; FAX # of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotation shall 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). PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 30 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes after the exact time specified for receipt WILL NOT be considered (except in accordance with paragraph f of FAR 52.212-1). The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. H) EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest priced quote which meets the requirement specified herein. This is Emerging Small Business Set-aside procurement. Only emerging small businesses submitting a quote shall be considered. Offers shall provide three references from similar projects. Reference information should include name and telephone of contacts, contract number, contract amounts, and dates of previous (3 years) and current contracts. J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005) (as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors 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 apply to this acquisition along with the following Addendum: Addendum to 52.214-4 (Contract Terms and Conditions – Commercial): not applicable L) STATEMENT OF WORK: STATEMENT OF WORK LANDSCAPING AND GROUNDS MAINTENANCE DEFENSE COMMISSARY AGENCY, HEADQUARTERS FORT LEE, VIRGINIA WORK PERFORMANCE: The contractor shall provide all labor, supervision, personnel, supplies/materials, equipment, transportation and other items and services necessary to perform lawn care maintenance services required under this contract. The performance period for this contract is June 2009 – December 31, 2009. The work site Project Manager shall be able to read, write, speak and understand English and, communicate with the Contracting Officer’s Representative (COR), Rick Florek. LAWN MAINTENANCE: Lawn maintenance service shall include grass mowing, lawn edging, and weed removal from flower beds. Contractor shall also be required to provide quick response service to maintain grounds for special events and/or visits. All work under this contract will be performed on an on-call basis. After contract award, the COR will contact contractor when services are needed. Contractor must be on work-site within three days after being contacted. It is anticipated that the work schedule will be Monday – Sunday, including holidays. SECURITY: Contractor shall be responsible for obtaining installation access as required, for vehicles and personnel needed at the work site. Contractor personnel shall report to the Defense Commissary Agency, COR before performance of work. Contractor shall observe applicable personnel security directives in place at Fort Lee and the Defense Commissary Agency, Fort Lee, Virginia. GENERAL: Contractor shall perform in accordance with the frequency stated in each specific task as follows: SPECIFIC TASK: MULCH: A complete mulching of the property will occur during the period of June 2009 – August 2009. The type of mulch shall be hardwood shredded type, chocolate in color and shall match existing mulch in consistency. Mulch shall be applied to flower beds at a depth of 1-½ inches, and around trees at present tree ring diameter of two feet. The contractor shall be allowed to “dump” the mulch in a designated area for one week. Mulch shall be applied so as to not cover smaller existing plants. GRASS CUTTING: Shall be performed when required by the COR or representative. In the event of inclement weather, the contractor will be contacted by COR to reschedule the grass cutting. The grass shall be cut to a height of three to three and one-half inches in length. Grass clippings shall be removed from walkways, beds, and parking areas. Grass clippings will be bagged or mulched using a recycle deck and mulching blade. Any areas that cannot be cut with a conventional mower will be trimmed with a string type trimmer. EDGING: All edging shall be performed on the same day as the grass cutting. Edging shall be performed along all sidewalks and curbs connected to the grassy areas, i.e. parking lot area, along the streets, walkways and mounds. All edges shall be maintained with a manicured appearance. WEEDING: All mulched areas shall be kept weed and grass free (to include ornamental beds, tree rings, walkways, parking lots and patio). The weeding of the mulched areas shall be performed in accordance with “Supplies/Services” schedule. The use of herbicides, pre-emergent (controls the growth of crabgrass) and post-emergent (controls the growth of weeds, dandelions, and wild onions), may be used after receipt of herbicide permit from Fort Lee Environmental Office. The contractor shall be responsible for replacing, at no additional cost to the Government, any ornamental shrubs, trees or grass, damaged as a result of the application of the pre-emergents/post emergents. The use of herbicides does not release the contractor of the responsibility of maintaining ALL mulched areas totally weed free. WEED CONTROL: The contractor shall apply a weed control substance on all seeded areas depending upon weed growth. The contractor shall determine the substance/chemical for this area and types of weeds to be eliminated (i.e., clover). NOTIFY COR PRIOR TO BEGINNING WORK. Flower and Shrub beds shall be weed-free through the combined use of pre-emergent and post emergent herbicides and hand weeding on a continuing basis. DEBRIS: The contractor shall remove all debris, grass clippings, leaves, pulled weeds from the premises throughout the performance period of the contract. PRE-EMERGENT FOR CRABGRASS: Application of pre-emergent will be applied depending upon conditions. STARTER FERTILIZER: Application of fertilizer will be applied in September in coordination with COR to coincide with DeCA overseeing. FERTILIZER: Additional fertilizer will be applied in October and November. DISPOSAL OF DEBRIS: Clippings, leaves, pulled weeds and other debris resulting from contractor’s work will be disposed of off-site in accordance with applicable EPA, State and local ordinances. Litter found within the flowerbeds, plant and grassy areas will also be removed as part of the contractor’s landscaping efforts. Selection of the debris disposal site shall be the contractor’s responsibility. DAMAGE TO GOVERNMENT FACILITIES: Damage to any facility, exterior equipment, or systems caused by the contractor, as a result of work performed under this contract, shall be repaired by the contractor at his/her own expense. The contractor shall be required to repair or replace all items and components, to return the damaged area to its condition before the damage incident. GOVERNMENT FURNISHED UTILITIES: While working on the sites, the contractor may use existing power and water sources as supplied by the Government to facilitate completion of work. CONTRACTOR ATTIRE: The facility where the work shall be performed is the focal point of many post activities. The contractor and the contractor’s employees shall be required to wear shirts and proper attire at all times. Long pants are recommended, but walking shorts with pockets will be acceptable. Revealing clothing or clothing with obscene or inflammatory designs, slogans or remarks shall not be permitted. LEAF, STRAW, AND NEEDLE REMOVAL: The contractor shall collect all leaves, straw and pine needles from improved areas as needed. Debris may be raked and gathered using either power or manual equipment. Debris must be collected and transported off-post to an approved dumpsite. HERBICIDES, FERTILIZATION, AND OTHER CHEMICALS: Herbicides, fertilizers, and other chemicals shall be used in strict compliance with all EPA, state, local, and installation regulations. It is the contractor’s responsibility to receive authorization to use chemical pre-emergents and post emergents from the Fort Lee Environmental Office. Upon completion of any application of fertilizer, or weed killer requiring post application watering, the contractor shall notify the building manager or alternate. The building manager shall be responsible for watering the lawn. NOTIFY COR PRIOR TO BEGINNING WORK. POST EMERGENT HERBICIDES: One application of post emergent weed control will be used. Timing of application will be determined by the existing conditions.. USE OF LAWN CARE CHEMICALS: All lawn care chemicals must be used in accordance with the manufacturer’s instructions and in the correct dosage amounts or rates. Applicators of chemicals shall be correctly licensed to perform the task in the applicable states. BUSINESS HOURS: The Defense Commissary Agency’s business hours are Monday-Friday, 8:00a.m. – 4:30p.m. Point of Contact: Mr. Rick Florek (804) 734-8000, x- 48109 INVOICES SHALL BE SUBMITTED TO THE DEFENSE COMMISSARY AGENCY, ATTN: WAVERLY WILLIAMS 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: 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); 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; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.222-41 Service Contract Act of 1965; 252.243-7001 Pricing of Contract Modifications; 252.247-7023 Transportation of Supplies by Sea-Alt III; 52.225-13 Restriction on Certain Foreign Purchases;. The following provisions, clauses and STATEMENT OF WORK must be read on our web site at www.commissaries.com/contract_division_solicitation.cfm 52.228-4501 Vehicle Operation, Registration and Insurance; 52.228-4502 Other Insurance Requirements; 52.232-4503 Remit to Address; 52.233-4500 Independent Review of Agency Protest; Landscaping and Grounds Maintenance Statement of Work. 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. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address (es): www.farsite.hill.af.mil THE FOLLOWING SOLICITATION PROVISIONS MUST BE READ IN FULL TEXT AT www.farsite.hill.af.mil DFARS 252.212-7000 Offeror Representations and Certification – Commercial Items, DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.215-5 Facsimile Proposals, 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses (filled in with DFARS and 2). N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). 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. 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. 52.204-4500INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Michael G. Shaffer, Defense Commissary Agency, 1300 E Ave, Fort Lee, VA 23801 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES CONSOLIDATED EQUIVALENT WAGE RATES NOTE: Equivalent wage rate information pertains to FAR Clause 52.222-42, entitled Equivalent Rates for Federal Hires 13 January 2009 which is incorporated by referenced under FAR Clause 52.212-5 entitled Contract Terms and Conditions Required to Implement Statutes of Executive Orders—Commercial Items – Aug 1996 EQUIVALENT WAGE RATE DATA IS FOR INFORMATION PURPOSES ONLY. IT IS NOT A WAGE DETERMINATION. Complete wage determination in hard copy may be obtain by written or verbal request from the office named in Block 9, SF 1449 LOCATION------------STATE—COUNTY-------EQUIV NO. ---EQ ISSUE DATE -----11210 LABORER GROUNDS MAINTENANCE Fort Lee VA AC-0141R 18 JAN 2009 $11.61 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 (c)(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 and www.dol.gov. If you are unable to obtain a copy of the Wage Determination(s) at www.wdol.gov, please contact the Contract Specialist listed below. LOCATION -------- STATE --- COUNTY -- WD NO. -- REV NO. --- REV DATE ---- 11210 LABORER GRNDS MAINT –H&WEL Fort Lee VA 2005-2545 9 26 SEP 2008 $11.31 $3.24 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 / CICDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 12:00 PM local time ON May 26, 2009. S) The point of contact for this solicitation is Rhonda N. Jackson, 804-734-8000, x-49816, Contracting Officer, Michael G. Shaffer, 804-734-8000, x-48681..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-09-T-0046/listing.html)
- Place of Performance
- Address: Defense Commissary Agency Headquarters, 1300 E. Avenue, Fort Lee, Virginia, 23801-1800, United States
- Zip Code: 23801-1800
- Zip Code: 23801-1800
- Record
- SN01820126-W 20090517/090516161901-9e8639cd54a78c99e67a2471aafe9a1f (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 |