Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
SOLICITATION NOTICE

Z -- Gateway National Recreation Area - Jamaica Bay Unit, Floyd Bennett Field Drive, Brooklyn, NY 11234. Requirement for Removal of Exisiting Grass, Preparation, Furnishing, and Installation of New Sod.

Notice Date
9/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
Q177409A619
 
Response Due
9/16/2009
 
Archive Date
9/10/2010
 
Point of Contact
Cheryl Adamski Contract Specialist 7183544722 Cheryl_Adamski@NPS.gov;
 
E-Mail Address
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
(i) 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. (ii) This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. (iii) This solicitation provides for full and open competition, under NAICS code 561730, Landscaping Services. The National Park Service encourages the participation of small, disadvantaged, and women-owned businesses. (iv) The Government intends to issue a firm-fixed price purchase order to the responsible offeror whose total offer represents the best value for the Government. Gateway National Recreation Area - Jamaica Bay Unit, Poly Tech Soccer Field on Floyd Bennett Field Drive, Brooklyn, NY 11234 has a requirement/need for the removal of approximately 2400 square yards of existing grass, preparation of the planting bed, and furnishing and installation of new sod, IAW the Statement of Work (included below). The field is equipped with centralized spigots that are used to currently irrigate the field. The contractor would need to run josses to accomplish the necessary irrigation. (v) LOCATION: Gateway National Recreation Area - Jamaica Bay Unit, Poly Tech Soccer Field on Floyd Bennett Field Drive, Brooklyn, NY 11234. (vi) SCHEDULE: The actual time frame of accomplishing the project should take no longer than 30 business days. Work is slated to commence on or about September 28, 2009. (vii)SCHEDULE of SUBMISSIONS: One (1) invoice must be submitted after successful removal, installation, and acceptance of work. (viii)The Government contemplates the award of a single purchase order on a "low-price-technically-acceptable" basis. A technically acceptable business has at least five (5) years of experience performing similar services as required in this solicitation. 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 purchase order without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) DOCUMENTS TO BE INCLUDED IN QUOTE: Detailed item description, detailed specifications, applicable warranty information, three (3) references of proposed services within the past three years, name, phone number, and address of your point of contact. In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed on-line at www://orca.bpn.gov. (x) FAR provisions/clauses listed below apply. This information is available on the Internet at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - 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, with paragraph (b) clauses indicated by number 8, 18, 19, 21, 22, 24, 31, 39, and paragraph (c) clauses indicated by number 1, 2, and 4. (xi) The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. In order to receive the award, vendor must be registered at http://www.ccr.gov and https://orca.bpn.gov/. Be prepared with your company's DUNS number (available from Dun and Bradstreet at 1-888-546-0024) and your Federal Tax Identification Number (TIN). Amendments to the solicitation will be posted in the same manner as the solicitation; it is your responsibility to monitor the website. The government reserves the right to cancel this solicitation. (xii)Offers must be submitted via email to cheryl_adamski@nps.gov. The due date and time is 03:00pm ET on Wednesday, September 16, 2009. SUMMARY OF WORK PART 1GENERAL1.1DESCRIPTION A.The area where this work is located is the Poly Tech Soccer Field on Floyd Bennett Field Drive, Brooklyn, New York 11234.B.The work of this scope consists of removing approximately 2400 square yards of existing grass, preparing the planting bed, furnishing and installing new sod. 1.2CONTRACTOR'S USE OF THE PREMISES: A.No construction camp within the park will be permitted. Confine staging and storage of materials within area approved by the Contracting Officer. B.Existing hydrant may be used to water as needed. Location of hydrant is 200-feet from project site. Contractor required to supply hoses as needed for connection. C.Protect all existing natural, cultural and utility features to remain. Restore any damaged areas, repairing or replacing any damaged items at no additional expense to the Government. 1.3WORK HOURS: Work shall be performed between the hours of 8am and 5pm, Monday through Friday. No holiday or weekend work is permitted unless request is submitted in writing and approved by the Contracting Officer 3-days in advance of requested date. 1.3SUBMITTALS A.Submit the following using NPS Submittal Form CM-16:1.Submit work schedule using Microsoft Project scheduler or equivalent. Work schedule shall detail start and end dates with detailed sequence of events. Schedule shall be submitted to the Contracting Officer one-week prior to on-site commencement of work. No on-site work will begin until Contracting Officer approval for Notice-to-Proceed.2.Submit a 2-square yard sample of sod from primary source of sod to be installed.3.Sod Certificate: Mixture percentages, classification, place of growth and state. 1.4PRODUCT HANDLING A.Sod that is dried out, broken in transit, stored longer than 36 hours, or in unsatisfactory condition will be rejected.B.Limestone: deliver in original, unopened containers with identifying mark and analysis attached.C.Fertilizer: Deliver in original, unopened containers with analysis, type, and trade name attached.D.Guarantee: For a period of 12 months from the date work is certified as complete, all deficient areas will be replanted as originally specified at no additional expense to the Government. PART 2: MATERIALS: 2.1SOD: State certified Falcon Fescue and Kentucky Bluegrass. Pure, dense, well-knit, weed-free, vigorous sod mat, with a minimum soil thickness of 1-inch and a maximum thickness of 1 -inches. Cut and deliver in strips 12 to 16 inches wide and maximum 5-fee long; roll with grass side inside. 2.2LIMESTONE: Agricultural limestone meeting the following minimum gradations: 100 percent passing a 10-mesh sieve, 98 percent a 20-mesh sieve, 55 percent a 60-mesh sieve, and 40 percent a 100 mesh sieve. Minimum calcium carbonate or equivalent will be determined subject to soil testing. Application rate and total quantity to be determined upon results of contractor field soil test results. 2.3FERTILIZER: Granular or pelleted with 50 percent of total nitrogen in slowly available form, 10-5-5. Spread at the rate of xx per 1,000 feet. 2.4WATER: Clean, fresh, free from harmful substances. PART 3 EXECUTION: 3.1REMOVAL OF EXISTING SURFACE: On the existing center portion of the soccer field, the material shall be scraped and leveled. To the south 20 yards and 20 yards to the north of the field center line, all existing vegetation shall be removed and disposed of Government property. 3.2PROTECTION OF EXISTING FEATURES: The contractor shall protect the existing sprinkler heads. All heads shall be flagged prior to the commencement of work. Contractor is liable for all damage to the existing heads during the course of work and shall repair any damage prior to contract completion at no additional expense to the Government. 3.3VERIFICATION OF SITE CONDITIONS AND QUANTITIES: The contractor shall conduct soil test to verify existing pH levels to determine and confirm viable fertilizer and limestone levels and application rates. The contractor shall be responsible to verify quantities of materials to be removed. 3.4PREPARATION OF SOD BASE: Till to a minimum of 6-inches to thoroughly loosen soil. Remove existing rocks, debris and clods. Spread fertilizer and limestone evenly and incorporate to full depth by disking or rot tilling. Incorporating machine shall pull a drag or other device to keep area smooth. Maintain grading and drainage patterns. Wheeling sod over prepared sod bed will not be permitted except over boards or mats. 3.5SODDING ON GRADE: Firm surface with light roller and dampen with fine spray before placing. Lay sod with long edge parallel to contour of drainage slope. Fit strips snugly without gaps or humps; lay joints staggered and tightly butted; cut as required to fit irregular area. Tap lightly to insure good contact with soil surface. Finished surface shall be true to grade, smooth and even. 3.6TOP DRESSING: Lightly sprinkle well screened topsoil over area. Rake into joints to insure sealing. 3.7WATERING: After sodding, water with mist spray, soaking ground to minimum depth of 2-inches. 3.8ROLLING: After sod takes root, roll with a light roller to correct any minor irregularities per the Contracting Officer. 3.9MAINTENANCE: Until final inspection, water and mow as necessary.END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q177409A619/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area - Jamaica Bay Unit, Floyd Bennett Field Drive, Brooklyn, NY 11234.
Zip Code: 11234
 
Record
SN01950183-W 20090912/090911001929-c54091181b7ec3d2047a78578f065ea7 (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.