SOLICITATION NOTICE
S -- Lawn Care Services for Brownsville WFO Texas - RFQ COMPLETE PACKAGE
- Notice Date
- 11/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NWWP9250-11-01037SRG
- Archive Date
- 11/30/2010
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ DOCUMENTATION, VENDOR INFORMATION REQUESTS, QUOTE FORM COMBINED SYNOPSIS/SOLICITATION Lawn Care Services for Brownsville WFO Texas (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWP9250-11-01037SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $6.5. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Lawn Care Services for Brownsville WFO Texas in accordance with the statement of work for the period of twelve months. CLIN 1001 - Option Year I; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Lawn Care Services for Brownsville WFO Texas in accordance with the statement of work for the period of twelve months. CLIN 2001 - Option Year II; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Lawn Care Services for Brownsville WFO Texas in accordance with the statement of work for the period of twelve months. CLIN 3001 - Option Year III; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Lawn Care Services for Brownsville WFO Texas in accordance with the statement of work for the period of twelve months. CLIN 4001 - Option Year IV; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Lawn Care Services for Brownsville WFO Texas in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: See attached statement of work which applies to Base Year, Option Year I-IV, 52.212-3 Offer Representations and Certifications-Commercial Items, and Wage Rates. (VII) Period of performance shall be: Base Year for a twelve month period 2/1/11 through 1/31/12 Option Period I for a twelve month period 2/1/12 through 1/31/13, if the Government exercises. Option Period II for a twelve month period 2/1/13 through 1/31/14, if the Government exercises. Option Period III for a twelve month period 2/1/14 through 1/31/15, if the Government exercises. Option Period IV for a twelve month period 2/1/15 through 1/31/16, if the Government exercises. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall included at least two references including the phone number, full address and email (if available) and contractor's past performance will be based on responsiveness, quality, and customer services and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (31) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (32) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2009) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-5 Evaluation of Options (July 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-10 Waste Reduction Program (Aug 2000) 52.246-25 Limitation of Liability - Services (Feb 1997) 1352.201-70, Contracting Officer's Authority (Mar 2010) 1352.214-70, Pre-Bid. The Government is planning a Site Visit on Tuesday, November 30, 2010 by 10 a.m. 20 South Vermillion Road, Brownsville WFO Texas, Brownsville, TX local time. To be considered for award, all vendors except the incumbent vendor are required to attend the Site Visit. To request to be included in this, please call Rachel Gutierrez at 956-504-1432. Subsequent to the Site Visit, an amendment containing the questions and answers will be made available via email or fax. 1352.215-73, Inquiries. Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 within 24 hours after the Site Visit. Mountain Standard Time before the close of the Request For Quote. All responses to the questions will be made in writing and included in an amendment to the solicitation. 52.223-10, Waste Reduction Program (Aug 2000). 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) CAR 1352.239-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (December 2007), is attached in full text with the statement of work. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 12:01 P.M. Mountain Standard Time on December 6, 2010. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719 and to Doris Turner at Doris.P.Turner@noaa.gov.   GENERAL REQUIREMENTS: Period of Performance: Period of performance is one Base Year of 12 months, plus four option years (12 months each) Legal Requirements and Permits The vendor must procure and maintain at his/her expense, all necessary permits and licenses for the conduct of operations under any order resulting from this Request for Quotation, and hereby agrees to comply with all applicable municipal, State and Federal regulations. This includes Title 7, Chapter 6, Section 136 of the United States Code, Insecticides and Environmental Pesticide Control. All personnel handling pesticides or herbicides will be certified and licensed in the state in which the work is to be performed. All pesticides and/or herbicides will be authorized/approved for use by each state in which the work is to be performed. The offeror must include with the offer package, certification or license for any and all employees that will be handling or applying pesticides in performance of this Statement of Work. Materials Safety Data Sheets (MSDS) must be provided by the contractor to the Meteorologist in Charge (MIC) or Administrative Assistant (ASA) at each office, where the information will be kept on file in accordance with applicable guidelines of the OSHA Hazard Communications Standard. Requirements pertaining to recordkeeping will be strictly followed, with copy(s) provided to MIC as necessary and upon request. Supervisor and Labor - Conduct of Work Contractors and Contractor Employees working on Government premises are subject to all applicable Federal rules and regulations with regard to entering and leaving the building(s). The Contractor shall provide a competent supervisor satisfactory to the MIC, authorized to act for the Contractor. The Contractor shall promptly remove from the work site any supervisor or employee whose work or conduct is not satisfactory to the MIC. The Contractor's supervisor shall be on the premises at all times during working hours and in charge of the work on behalf of the Contractor. The Contractor shall enforce strict discipline and good order among the Contractor's employees. The Contractor shall exercise the necessary supervision and control to prevent Contractor's employees from violating any rules and regulations. RESPONSIBILITY FOR LOSS, DAMAGE, DEATH, INJURY Except as otherwise provided by law, the Government will not be responsible for the loss of, or damage to the contractor's equipment, or death of or injury to the contractor's personnel, or for the death of, or injury to persons or for damages to property resulting from contractor's negligent performance under this contract. The contractor shall be responsible for all damages to persons or property that occurs as a result of his fault or negligence, or the fault or negligence of his employees or agents, while performing the requirements of this contract. The Contractor must take precautions necessary for the protection against injury of all persons engaged at the site. Applicable Department of Labor and Occupations Safety and Health Standards will be taken into consideration in the performance of this contract. The contractor will exercise all due caution to insure accidents or injuries do not occur. Deflector shield is to be used when mowing in front of vehicles in parking lot, to insure that small rocks or debris does not damage employee vehicles. The Contractor must, without additional expense to the Government, be responsible for all damages to persons or property which might occur as a result of his/her fault or negligence in the execution of work performed. Examples would include but are not limited to: damaged sprinkler heads caused by mowing, replacement of plants, shrubs, or trees due to Contractor negligence. The Contractor should bring any noted defect, disease or insect infestation of the grounds to the attention of the MIC or designate. Services under this contract must be performed in such a way that there will be no interruption to, interference with, the normal operation of Government business on the premises. Square Footage/Site Conditions Potential vendors must make arrangements to visit the site for any other questions concerning services, verifying square footage or site conditions by contacting the MIC or ASA at: Rachel Gutierrez (956) 504-1432 x221 Schedule Mowing will take place per the following schedule or on an as needed basis as directed by the MIC. - Once a week during - April, May, June, July, August and September - Every two weeks during - March, October, November, December - Once a month during - January and February Fertilizer: February, May, August and October Chemical Weed Control: March and June 1. Description of Services The Contractor will be responsible for satisfactorily managing and performing exterior landscape maintenance services at the National Weather Service located at 20 S. Vermillion Rd, Brownsville, TX 78521. Exterior grounds consist of lawns, native grass areas, gravel, plant beds, parking lot, walks, driveways and curb. The Contractor must provide all labor, tools, equipment, supervision, herbicides, transportation and any other or services necessary, to maintain the landscaping and grounds in such a manner to present a neat and well maintained appearance. All products used are to be environmentally friendly and a list and Material Safety Data Sheets of these products will be supplied to the MIC for approval. The products are to be non-toxic, biodegradable, and made from renewable sources (not petroleum) to promote a healthy and green environment when possible. Services performed under this contract will be performed during hours approved by the MIC. The primary responsibility for representing the Contracting Officer and inspection of the contract Work will be assigned to the MIC. The MIC is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms and conditions. Any Contractor requests for changes shall be referred to the Contracting Officer directly or through the MIC. No such changes shall be made without the expressed prior authorization of the Contracting Officer. The MIC may designate an assistant to act for him by naming such assistant(s) in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor. If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount or the price of the contract may be reduced to reflect the reduced value of services performed. If the defects in services are not corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements. If the Contractor fails to expeditiously take the necessary action to ensure that future performance will be in conformity with contract requirement, this contract may be terminated for "default". Either party may terminate the contract for cause, by first giving the other party 30 days written notice of its intent to do so. No payment shall be due to the other party by reason of such termination. This right of termination shall be in addition to NWS's right of termination for the convenience of the Government. 1.1. MAINTAIN IMPROVED/SEMI-IMPROVED GROUNDS 1.1.1. Mow Improved, Semi-Improved Grounds and Native Grassed Areas. Grass cutting of all lawn areas must be completed as per schedule. Grass clippings must be removed or mulched when visible after mowing. All improved and semi-improved grounds and native grassed areas must look well manicured at all times. 1.1.2. Edging. Sidewalks, driveways curbs and other concrete or asphalt edges located in the improved/semi-improved grounds must be concurrent with mowing per schedule. Edging will include removal of vegetation from cracks in sidewalks, driveways, and curbs 1.1.3. Trimming. Grass and weeds must be trimmed around trees, shrubs, buildings, fences, poles, posts, fire hydrants, parking lot bumper blocks, boulders, road shoulders and other fixed obstacles concurrent with mowing schedule. Damage to trees and shrubs from trimming must be repaired by the contractor. 1.1.4. Remove Debris/Police Grounds. The Contractor must perform general litter patrol on all grounds. Responsibilities will include, but will not be limited to, the removal and disposal of all natural debris (tree limbs, dry brush, rodent habitats, dead animals, etc) and manmade debris. All grass clippings must be properly removed and disposed of offsite. Sidewalks and paved areas must be cleaned of all lawn clippings after each mowing. Parking Lots/areas, walks, curb-gutter, sidewalks and concrete flat-work must be kept debris free (includes bark debris, dust and dirt). With the debris properly removed and disposed of offsite. Removal of debris and policing of grounds will be concurrent with mowing schedule. 1.1.5. Application of Fertilizer. The Contractor must apply an effective fertilizer on all lawns, shrubs, plants and ground cover per Schedule. All fertilizers must be applied in accordance with manufacturer's instructions. 1.1.6. Trimming and Pruning. The Contractor must maintain a neat and well maintained appearance of all plants, shrubs, and trees, by proper pruning, clipping, pinching back and shape maintenance. This should take place once a year, in February. 1.1.7 Weed Control. The Contractor must keep all lawns (includes semi-improved and native grassed areas), shrub beds, ground-cover beds, flower beds, graveled areas and all other adjacent areas free of weeds at all times. Any herbicides must be applied by certified or licensed personnel. This should take place two (2) times a year, once in March and again in June. 1.1.8 Fire Ant Control. The Contractor must provide fire ant control in lawn and flower beds concurrent with mowing schedule. 1.1.9 RESERVED 1.1.10 Mulch. Replace mulch/pine straw in flower beds around March timeframe. SERVICE PERIOD Service period is for one (1) base year and four (4) option years. For each year, the vendor will bill on a monthly basis. The Contractor will complete a service ticket and have the ticket signed by the site manager on completion of each site visit. All pertinent copies of competed forms shall accompany monthly invoices. The Certification and Accreditation (C&A) requirements of Clause 1352.239-72 do not apply, and a Security Accreditation Package is not required.  
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWP9250-11-01037SRG/listing.html)
- Place of Performance
- Address: BROWNSVILLE WFO TEXAS, 20 SOUTH VERMILLION ROAD, BROWNSVILLE, Texas, 78521-5798, United States
- Zip Code: 78521-5798
- Zip Code: 78521-5798
- Record
- SN02327040-W 20101117/101115233738-0d1622365fbdb8a2d3af59bac753f4b0 (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 |