Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
MODIFICATION

S -- Grounds Maintenance Services

Notice Date
8/31/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG-12-R-3028
 
Response Due
9/21/2012
 
Archive Date
3/20/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Competitive 8(a)
 
Description
AMENDMENT NOTICE: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.The solicitation number is W911SG-12-R-3028 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730 with a small business size standard of $7.00M.This requirement is a [ 8a Competitive ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-21 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The MCC Joint Base Lewis McChord - ICO Bliss requires the following items, Meet or Exceed, to the following: LI 001, Base year: IMPROVED MAIN AREAS FFP Contractor shall provide Grounds Maintenance Services as per the attached Performance Work Statement Section 3.0. Services include, but are not limited to grass cutting, edging, trimming, aerating, mulching, watering, fertilizing, trash and litter collection (policing), herbicide, and disposing of trash and debris, etc., to keep a healthy, professional looking grass. This is an ID/IQ Contract for a base period and four option periods. Base Year Period of Performance: 5 NOV 12 to 4 NOV 13 with a phase in period OF 30 days to begin 5 NOV 12 to 4 DEC 12 (Please see CLIN 0014). QUANTITY FOR BASE YEAR IS: 15 ACRES X 12 MONTHS = 180 ACRES FOR ONE YEAR PERIOD MAINTENANCE. (GRASS SHALL BE MAINTAINED FOR 12 MONTHS; HOWEVER, GRASS CUTTING IS ANTICIPATED DURING THE GROWING MONTHS ONLY) FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 180, ACRE; LI 002, Base year:Semi-Improved Areas FFP Contractor shall maintain grass on semi-improved grounds (Ranges and Main Post) as set forth on maps provided and PWS Section 8.0.MAINTAIN SEMI-IMPROVED GRONDS. Maintenance service include but shall not be limited to: grass cutting, trash and litter collection (policing) and disposing of trash and debris, etc. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 003, Base year:RANGES FFP QUANTITY: 138 ACRES PER MONTH X 12 MONTHS = 1,656 ACRES. FOB: Destination, 1656, ACRE; LI 004, Base year:MAIN POST FFP QUANTITY: 360 ACRES PER MONTH X 12 MONTHS = 4,320 ACRES. FOB: Destination, 4320, ACRE; LI 005, Base year:TREE / STUMP, SHRUB, ROSETTA REMOVAL FFP Contractor shall remove tree / stump, shrubs and Rosetta as per PWS Section 3.13.3, and 3.18.4. Please see sub-CLINs. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 006, Base year:TREE UP TO 6" DIAMETER REMOVAL FFP Removal of trees Up to 6? diameter as needed as per PWS section 3.13.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, EA; LI 007, Base year:TREES 8" - 12" DIAMETER REMOVAL FFP Removal of 8" to 12? Diameter Trees as needed as per PWS Section 13.18.3 and 13.13.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1800, EA; LI 008, Base year:TREES OF 14" - 24" DIAMETER REMOVAL FFP Removal of 14" to 24? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, EA; LI 009, Base year:TREES OF 26" - 36" DIAMETER REMOVAL FFP Removal of 26" to 36? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY: ESTIMATE OF A TOTAL OF 600 TREES PER YEAR. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, EA; LI 010, Base year:SHRUB AND ROSETTA REMOVAL FFP Contractor shall remove shrub and Rosetta as needed as per PWS. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 900, EA; LI 011, Base year:TREE PRUNING DECIDUOUS / EVERGREEN FFP Contractor shall perform tree pruning of deciduous / evergreen as per PWS section 3.18.7. Please see sub-CLINs. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 012, Base year:TREE PRUNING UNDER 10 FEET TALL FFP Pruning of trees under 10 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 13400, EA; LI 013, Base year:TREE PRUNING UNDER 20 FEET TALL FFP Pruning of trees under 20 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 21480, EA; LI 014, TBase year:REE PRUNING UNDER 30 FEET TALL FFP Pruning of trees under 30 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 5940, EA; LI 015, Base year:SHRUB AND ROSETTA PRUNING FFP Pruning of shrub and Rosetta as per PWS section 3.18.6. Please see sub-CLINs. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 016, Base year:PRUNING OF SHRUB 4 - 6 FEET TALL FFP Pruning of shrub 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 73824, EA; LI 017, Base year:PRUNING OF SHRUB OVER 6 FEET TALL FFP Pruning of shrub over 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 2436, EA; LI 018, Base year:ROSETTA PRUNING 4 - 6 FEET TALL FFP Rosetta pruning 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 22704, EA; LI 019, Base year:ROSETTA PRUNING 6 to 25 FEET TALL FFP Rosetta Pruning 6 to 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 450, EA; LI 020, Base year:ROSETTA PRUNING Over 25 FEET TALL FFP Rosetta Pruning over 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 021, Base year:TREE PLANTING FFP Contractor shall provide all labor and materials for planting of new trees to replace damaged trees and / or to plant trees in new designated areas as per PWS 3.18. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 022, Base year:EVERGREENS FFP Evergreen trees include but are not limited to: Mexican Blue Palm, Date Palm, Escarpment Live Oak, and Afghan Mondell Pine. FOB: Destination, 13000, EA; LI 023, Base year:DECIDUOUS TREES FFP Deciduous trees include but are not limited to: Thornless Honeylocust selection, Chinese Pistache selection, Honey Mesquite, Texas Red Oak, Spanish Oak, Locust Pink/Purple selection, Western Soapberry, Desert Willow, Arizona Ash, and Modest Ash. FOB: Destination, 13000, EA; LI 024, Base year:ARTIFICIAL TURF MAINTENANCE FFP Contractor shall maintain artificial turf as per PWS section 4.0. Please see sub-CLINs. The total area of the artificial turf is estimated to be approximately 980,500 square feet. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 025, Base year: REPAIR DAMAGED AREAS FFP Contractor shall repair damage areas as per PWS section 4.0. QUANTITY: A TOTAL ESTIMATE OF 12,000 SQ. FT. PER YEAR. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 12000, Square Foot; LI 026, Base year:POWER BROOM / GROOM TURF FFP Contractor shall power broom/groom turf as per PWS section 4.2. QUANTITY: 15 ACRES PER MONTH X 12 MONTHS = 180 ACRES PER YEAR. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 180, Acre; LI 027, Base year:INSTALL PERIMETER SAND SCREEN FFP Contractor shall install perimeter sand screen as per PWS section 4.4. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 8000, Yard; LI 028, Base year:EXISTING SPRINKLER SYSTEM MAINT./REPAIR FFP Contractor shall maintain and repair sprinkler system as per PWS section 3.2. Please see sub-CLINs. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 029, Base year:SPRINKLER HEAD REPLACEMENT FFP Contractor shall replace sprinkler heads as per PWS section 3.2. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, EA; LI 030, Base year:IRRIGATION VALVE REPLACEMENT FFP Contractor shall replace irrigation valve as per PWS section 3.2. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 120, EA; LI 031, Base year:DAMAGED IRRIGATION PIPE REPAIR/REPLACE FFP Contractor shall repair and / or replace damaged irrigation pipe as per PWS section 3.2. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 8000, Yard; LI 032, Base year:IRRIGATION CONTROL TIMER REPLACEMENT FFP Contractor shall replace irrigation control timer as per PWS section 3.2. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 24, EA; LI 033, Base year:DRIP AND BUBBLER REPLACEMENT FFP Contractor shall replace drip and bubbler as per PWS section 3.2. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1200, EA; LI 034, Base year:INSTALLATION NEW IRRIGATION SYSTEM FFP Contractor shall install irrigation system for lawn areas, trees, and shrubs. Drip systems shall be used for trees and shrubs. Sprinkler systems shall be used for lawns. Irrigation system shall be designed by a licensed irrigator registered in Texas in good standing with a minimum 5-year experience and minimum of 10 designs of comparable size systems. Submit irrigation system design for review and approval by COR. Irrigation system shall be designed to accommodate site static water pressure installed to accommodate design criteria as established by irrigation system design. Apply design criteria and specifications as per Park Design and Construction Standards, City of El Paso, Texas, May 2008. This CLIN and its sub-CLINs fall under the Davis Bacon Wage Determination Act (DBA). DBA wages shall be applied to these CLINs. FOB: Destination, 1, EA; LI 035, Base year:DRIP AND/OR BUBBLER SYSTEM IRRIGATION FFP Install drip and /or bubbler system irrigation as per PWS Section 3.1. FOB: Destination, 100000, Foot; LI 036, Base year:INSTALL SPRINKLER SYSTEM IRRIGATION FFP Install sprinkler system irrigation as per PWS Section 3.1. FOB: Destination, 5, Acre; LI 037, Base year:TRASH AND RECYCLE CONTAINERS FFP Contractor shall service trash and recycle containers as per PWS section 5.0. Please see sub-CLINs. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 038, Base year:TRASH COLLECTION SERVICES FFP Contractor shall perform trash collection service as per PWS section 5.0. QUANTITY: AN ESTIMATE OF 250 PAIRS OF CONTAINERS PER MONTH X 12 MONTHS = 3,000 PAIRS OF CONTAINERS PER YEAR. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 3000, Pair; LI 039, Base year:REFILL PLASTIC BAGS MUTT-MITT FFP Contractor shall refill plastic bags Mutt-Mitt as per PWS section 5.2. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 240, EA; LI 040, Base year:REPLACE TRASH AND RECYCLE CONTAINER FFP Contractor shall replace trash and recycle containers as needed as per PWS section 5.1. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, Pair; LI 041, Base year:REPLACE / INSTALL MUTT-MITT DISPENSER FFP Contractor shall replace / install Mutt-Mitt dispensers as needed as per PWS section 5.2. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 288, EA; LI 042, Base year:FERTILIZING TREES AND SHRUBS FFP Contractor shall fertilize trees and shrubs as per PWS 3.11. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 157968, EA; LI 043, Base year:SAND REMOVAL FFP Contractor to remove sand as needed as per PWS section 11.6. FOB: Destination, 24, Acre; LI 044, Base year:Manpower Reporting CMRA FFP Manpower Reporting CMRA FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 045, Base year: PHASE-IN PERIOD FFP FOB: Destination, 1, EA; LI 046, Option Year 1: IMPROVED MAIN AREAS FFP Contractor shall provide Grounds Maintenance Services as per the attached Performance Work Statement Section 3.0. Services include, but are not limited to grass cutting, edging, trimming, aerating, mulching, watering, fertilizing, trash and litter collection (policing), herbicide, and disposing of trash and debris, etc., to keep a healthy, professional looking grass. This is an ID/IQ Contract for a base period and four option periods. QUANTITY FOR BASE YEAR IS: 54 ACRES X 12 MONTHS = 648 ACRES FOR ONE YEAR PERIOD MAINTENANCE. (GRASS SHALL BE MAINTAINED FOR 12 MONTHS; HOWEVER, GRASS CUTTING IS ANTICIPATED DURING THE GROWING MONTHS ONLY) FOB: Destination, 648, Acre; LI 047, Option Year 1:Semi-Improved Areas FFP Contractor shall maintain grass on semi-improved grounds (Ranges and Main Post) as set forth on maps provided and PWS Section 8.0.MAINTAIN SEMI-IMPROVED GRONDS. Maintenance service include but shall not be limited to: grass cutting, trash and litter collection (policing) and disposing of trash and debris, etc. FOB: Destination, 1, EA; LI 048, Option Year 1:RANGES FFP QUANTITY: 138 ACRES PER MONTH X 12 MONTHS = 1,656 ACRES. FOB: Destination, 1656, EA; LI 049, Option Year 1:MAIN POST FFP QUANTITY: 360 ACRES PER MONTH X 12 MONTHS = 4,320 ACRES. FOB: Destination, 4320, Acre; LI 050, Option Year 1:TREE / STUMP, SHRUB, ROSETTA REMOVAL FFP Contractor shall remove tree / stump, shrubs and Rosetta as per PWS Section 3.13.3, and 3.18.4. Please see sub-CLINs. FOB: Destination, 1, EA; LI 051, Option Year 1:TREE UP TO 6" DIAMETER REMOVAL FFP Removal of trees Up to 6? diameter as needed as per PWS section 3.13.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 600, EA; LI 052, Option Year 1:TREES 8" - 12" DIAMETER REMOVAL FFP Removal of 8" to 12? Diameter Trees as needed as per PWS Section 13.18.3 and 13.13.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1800, EA; LI 053, Option Year 1:TREES OF 14" - 24" DIAMETER REMOVAL FFP Removal of 14" to 24? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 600, EA; LI 054, Option Year 1:TREES OF 26" - 36" DIAMETER REMOVAL FFP Removal of 26" to 36? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY: ESTIMATE OF A TOTAL OF 600 TREES PER YEAR. FOB: Destination, 600, EA; LI 055, Option Year 1:SHRUB AND ROSETTA REMOVAL FFP Contractor shall remove shrub and Rosetta as needed as per PWS. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 900, EA; LI 056, Option Year 1:TREE PRUNING DECIDUOUS / EVERGREEN FFP Contractor shall perform tree pruning of deciduous / evergreen as per PWS section 3.18.7. Please see sub-CLINs. FOB: Destination, 1, EA; LI 057, Option Year 1:TREE PRUNING UNDER 10 FEET TALL FFP Pruning of trees under 10 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 13440, EA; LI 058, Option Year 1:TREE PRUNING UNDER 20 FEET TALL FFP Pruning of trees under 20 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 21480, EA; LI 059, Option Year 1:TREE PRUNING UNDER 30 FEET TALL FFP Pruning of trees under 30 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 5940, EA; LI 060, Option Year 1:SHRUB AND ROSETTA PRUNING FFP Pruning of shrub and Rosetta as per PWS section 3.18.6. Please see sub-CLINs. FOB: Destination, 1, EA; LI 061, Option Year 1:PRUNING OF SHRUB 4 - 6 FEET TALL FFP Pruning of shrub 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 73824, EA; LI 062, Option Year 1:PRUNING OF SHRUB OVER 6 FEET TALL FFP Pruning of shrub over 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 2436, EA; LI 063, Option Year 1:ROSETTA PRUNING 4 - 6 FEET TALL FFP Rosetta pruning 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 22704, EA; LI 064, Option Year 1:ROSETTA PRUNING 6 to 25 FEET TALL FFP Rosetta Pruning 6 to 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 065, Option Year 1:ROSETTA PRUNING Over 25 FEET TALL FFP Rosetta Pruning over 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 066, Option Year 1:TREE PLANTING FFP Contractor shall provide all labor and materials for planting of new trees to replace damaged trees and / or to plant trees in new designated areas as per PWS 3.18. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1, EA; LI 067, Option Year 1:EVERGREENS FFP Evergreen trees include but are not limited to: Mexican Blue Palm, Date Palm, Escarpment Live Oak, and Afghan Mondell Pine. FOB: Destination, 13000, EA; LI 068, Option Year 1:DECIDUOUS TREES FFP Deciduous trees include but are not limited to: Thornless Honeylocust selection, Chinese Pistache selection, Honey Mesquite, Texas Red Oak, Spanish Oak, Locust Pink/Purple selection, Western Soapberry, Desert Willow, Arizona Ash, and Modest Ash. FOB: Destination, 13000, EA; LI 069, Option Year 1:ARTIFICIAL TURF MAINTENANCE FFP Contractor shall maintain artificial turf as per PWS section 4.0. Please see sub-CLINs. FOB: Destination, 1, EA; LI 070, Option Year 1:REPAIR DAMAGED AREAS FFP Contractor shall repair damage areas as per PWS section 4.0. QUANTITY: A TOTAL ESTIMATE OF 12,000 SQ. FT. PER YEAR. FOB: Destination, 12000, Square Foot; LI 071, Option Year 1:POWER BROOM / GROOM TURF FFP Contractor shall power broom/groom turf as per PWS section 4.2. QUANTITY: 15 ACRES PER MONTH X 12 MONTHS = 180 ACRES PER YEAR. FOB: Destination, 180, Acre; LI 072, Option Year 1:INSTALL PERIMETER SAND SCREEN FFP Contractor shall install perimeter sand screen as per PWS section 4.4. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, Yard; LI 073, Option Year 1:EXISTING SPRINKLER SYSTEM MAINT./REPAIR FFP Contractor shall maintain and repair sprinkler system as per PWS section 3.2. Please see sub-CLINs. FOB: Destination, 1, EA; LI 074, Option Year 1:SPRINKLER HEAD REPLACEMENT FFP Contractor shall replace sprinkler heads as per PWS section 3.2. FOB: Destination, 600, EA; LI 075, Option Year 1:IRRIGATION VALVE REPLACEMENT FFP Contractor shall replace irrigation valve as per PWS section 3.2. FOB: Destination, 120, EA; LI 076, Option Year 1:DAMAGED IRRIGATION PIPE REPAIR/REPLACE FFP Contractor shall repair and / or replace damaged irrigation pipe as per PWS section 3.2. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, Yard; LI 077, Option Year 1:IRRIGATION CONTROL TIMER REPLACEMENT FFP Contractor shall replace irrigation control timer as per PWS section 3.2. FOB: Destination, 24, EA; LI 078, Option Year 1:DRIP AND BUBBLER REPLACEMENT FFP Contractor shall replace drip and bubbler as per PWS section 3.2. FOB: Destination, 1200, EA; LI 079, Option Year 1:INSTALLATION NEW IRRIGATION SYSTEM FFP Contractor shall install irrigation system for lawn areas, trees, and shrubs. Drip systems shall be used for trees and shrubs. Sprinkler systems shall be used for lawns. Irrigation system shall be designed by a licensed irrigator registered in Texas in good standing with a minimum 5-year experience and minimum of 10 designs of comparable size systems. Submit irrigation system design for review and approval by COR. Irrigation system shall be designed to accommodate site static water pressure installed to accommodate design criteria as established by irrigation system design. Apply design criteria and specifications as per Park Design and Construction Standards, City of El Paso, Texas, May 2008. This CLIN and its sub-CLINs fall under the Davis Bacon Wage Determination Act (DBA). DBA wages shall be applied to these CLINs. FOB: Destination, 1, EA; LI 080, Option Year 1:DRIP AND/OR BUBBLER SYSTEM IRRIGATION FFP Install drip and /or bubbler system irrigation as per PWS Section 3.1. FOB: Destination, 100000, Foot; LI 081, Option Year 1:INSTALL SPRINKLER SYSTEM IRRIGATION FFP Install sprinkler system irrigation as per PWS Section 3.1. FOB: Destination, 5, Acre; LI 082, Option Year 1:TRASH AND RECYCLE CONTAINERS FFP Contractor shall service trash and recycle containers as per PWS section 5.0. Please see sub-CLINs. FOB: Destination, 1, EA; LI 083, Option Year 1:TRASH COLLECTION SERVICES FFP Contractor shall perform trash collection service as per PWS section 5.0. QUANTITY: AN ESTIMATE OF 250 PAIRS OF CONTAINERS PER MONTH X 12 MONTHS = 3,000 PAIRS OF CONTAINERS PER YEAR. FOB: Destination, 3000, Pair; LI 084, Option Year 1:REFILL PLASTIC BAGS MUTT-MITT FFP Contractor shall refill plastic bags Mutt-Mitt as per PWS section 5.2. FOB: Destination, 240, EA; LI 085, Option Year 1:REPLACE TRASH AND RECYCLE CONTAINER FFP Contractor shall replace trash and recycle containers as needed as per PWS section 5.1. FOB: Destination, 600, EA; LI 086, Option Year 1:REPLACE / INSTALL MUTT-MITT DISPENSER FFP Contractor shall replace / install Mutt-Mitt dispensers as needed as per PWS section 5.2. FOB: Destination, 288, EA; LI 087, Option Year 1:FERTILIZING TREES AND SHRUBS FFP Contractor shall fertilize trees and shrubs as per PWS 3.11. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 157968, EA; LI 088, Option Year 1:SAND REMOVAL FFP Contractor to remove sand as needed as per PWS section 11.6. FOB: Destination, 24, Acres; LI 089, Option Year 1:Manpower Reporting CMRA FFP Manpower Reporting CMRA FOB: Destination, 1, EA; LI 090, Option Year 2: IMPROVED MAIN AREAS FFP Contractor shall provide Grounds Maintenance Services as per the attached Performance Work Statement Section 3.0. Services include, but are not limited to grass cutting, edging, trimming, aerating, mulching, watering, fertilizing, trash and litter collection (policing), herbicide, and disposing of trash and debris, etc., to keep a healthy, professional looking grass. This is an ID/IQ Contract for a base period and four option periods. QUANTITY FOR BASE YEAR IS: 54 ACRES X 12 MONTHS = 648 ACRES FOR ONE YEAR PERIOD MAINTENANCE. (GRASS SHALL BE MAINTAINED FOR 12 MONTHS; HOWEVER, GRASS CUTTING IS ANTICIPATED DURING THE GROWING MONTHS ONLY) FOB: Destination, 648, Acre; LI 091, Option Year 2: Semi-Improved Areas FFP Semi-Improved Areas FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 092, Option Year 2: RANGES FFP Quantity: 138 ACRES PER MONTH X 12 MONTHS = 1,656 ACRES. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1656, Acres; LI 093, Option Year 2:MAIN POST FFP QUANTITY: 360 ACES PER MONTH X 12 MONTHS = 4,320 ACRES. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 4320, Acres; LI 094, Option Year 2: Tree/Stump, Shrub, Rosetta Removal FFP Contractor shall remove tree / stump, shrub and Rosetta as per PWS Section 3.13.3 and 3.18.4. Please see sub-CLINs. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1, EA; LI 095, Option Year 2: TREE UP TO 6" Diameter REMOVAL FFP Contractor shall remove trees up to 6? Diameter as needed as per PWS section 3.13.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, EA; LI 096, Option Year 2: TREES OF 8" to 12" DIAMETER REMOVAL FFP Removal of 8" to 12? Diameter trees as needed as per PWS Section 13.18.3 and 13.13.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 1800, EA; LI 097, Option Year 2: TREES OF 14" to 24" DIAMETER REMOVAL FFP Removal of 14" to 24? Diameter trees as needed as per PWS section 3.18.3 and 3.13.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, EA; LI 098, Option Year 2:TREES OF 26" to 36" DIAMETER REMOVAL FFP Removal of 26" to 36? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination PURCHASE REQUEST NUMBER: 0010169838, 600, EA; LI 099, Option Year 2: SHRUB AND ROSETTA REMOVAL FFP Contractor shall remove shrub and Rosetta as needed as per PWS. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1, EA; LI 100, Option Year 2: TREE PRUNING DECIDUOUS / EVERGREEN FFP Contractor shall perform tree pruning of deciduous / evergreen as per PWS section 3.18.7. Please see sub-CLINs. FOB: Destination, 1, EA; LI 101, Option Year 2:TREE PRUNING UNDER 10 FEET TALL FFP Pruning of trees under 10 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 13440, EA; LI 102, Option Year 2: TREE PRUNING UNDER 20 FEET TALL FFP Pruning of trees under 20 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 21480, EA; LI 103, Option Year 2: TREE PRUNING UNDER 30 FEET TALL FFP Pruning of trees under 30 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 5940, EA; LI 104, Option Year 2: SHRUB AND ROSETTA PRUNING FFP Pruning of shrub and Rosetta as per PWS section 3.18.6. Please see sub-CLINs. FOB: Destination, 1, EA; LI 105, Option Year 2: PRUNING OF SHRUB 4 - 6 FEET TALL FFP Pruning of shrub 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 73824, EA; LI 106, Option Year 2:PRUNING OF SHRUB OVER 6 FEET TALL FFP Pruning of shrub over 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 2436, EA; LI 107, Option Year 2: OSETTA PRUNING 4 - 6 FEET TALL FFP Rosetta pruning 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 22704, EA; LI 108, Option Year 2: ROSETTA PRUNING 6 to 25 FEET TALL FFP Rosetta Pruning 6 to 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 109, Option Year 2: ROSETTA PRUNING Over 25 FEET TALL FFP Rosetta Pruning over 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 110, Option Year 2:TREE PLANTING FFP Contractor shall provide all labor and materials for planting of new trees to replace damaged trees and / or to plant trees in new designated areas as per PWS 3.18. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1, EA; LI 111, Option Year 2: EVERGREENS FFP Evergreen trees include but are not limited to: Mexican Blue Palm, Date Palm, Escarpment Live Oak, and Afghan Mondell Pine. FOB: Destination, 13000, EA; LI 112, Option Year 2: DECIDUOUS TREES FFP Deciduous trees include but are not limited to: Thornless Honeylocust selection, Chinese Pistache selection, Honey Mesquite, Texas Red Oak, Spanish Oak, Locust Pink/Purple selection, Western Soapberry, Desert Willow, Arizona Ash, and Modest Ash. FOB: Destination, 13000, EA; LI 113, Option Year 2: ARTIFICIAL TURF MAINTENANCE FFP Contractor shall maintain artificial turf as per PWS section 4.0. Please see sub-CLINs. The total area of the artificial turf is is estimated to be approximately 980,500 square feet. FOB: Destination, 1, EA; LI 114, Option Year 2: REPAIR DAMAGED AREAS FFP Contractor shall repair damage areas as per PWS section 4.0. QUANTITY: A TOTAL ESTIMATE OF 12,000 SQ. FT. PER YEAR. FOB: Destination, 12000, Square Foot; LI 115, Option Year 2: POWER BROOM / GROOM TURF FFP Contractor shall power broom/groom turf as per PWS section 4.2. QUANTITY: 15 ACRES PER MONTH X 12 MONTHS = 180 ACRES PER YEAR. FOB: Destination, 180, Acre; LI 116, Option Year 2: INSTALL PERIMETER SAND SCREEN FFP Contractor shall install perimeter sand screen as per PWS section 4.4. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, Yard; LI 117, Option Year 2: EXISTING SPRINKLER SYSTEM MAINT./REPAIR FFP Contractor shall maintain and repair sprinkler system as per PWS section 3.2. Please see sub-CLINs. FOB: Destination, 1, EA; LI 118, Option Year 2: SPRINKLER HEAD REPLACEMENT FFP Contractor shall replace sprinkler heads as per PWS section 3.2. FOB: Destination, 600, EA; LI 119, Option Year 2: IRRIGATION VALVE REPLACEMENT FFP Contractor shall replace irrigation valve as per PWS section 3.2. FOB: Destination, 120, EA; LI 120, Option Year 2:DAMAGED IRRIGATION PIPE REPAIR/REPLACE FFP Contractor shall repair and / or replace damaged irrigation pipe as per PWS section 3.2. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, Yard; LI 121, Option Year 2:IRRIGATION CONTROL TIMER REPLACEMENT FFP Contractor shall replace irrigation control timer as per PWS section 3.2. FOB: Destination, 24, EA; LI 122, Option Year 2:DRIP AND BUBBLER REPLACEMENT FFP Contractor shall replace drip and bubbler as per PWS section 3.2. FOB: Destination, 1200, EA; LI 123, Option Year 2:INSTALLATION NEW IRRIGATION SYSTEM FFP Contractor shall install irrigation system for lawn areas, trees, and shrubs. Drip systems shall be used for trees and shrubs. Sprinkler systems shall be used for lawns. Irrigation system shall be designed by a licensed irrigator registered in Texas in good standing with a minimum 5-year experience and minimum of 10 designs of comparable size systems. Submit irrigation system design for review and approval by COR. Irrigation system shall be designed to accommodate site static water pressure installed to accommodate design criteria as established by irrigation system design. Apply design criteria and specifications as per Park Design and Construction Standards, City of El Paso, Texas, May 2008. This CLIN and its sub-CLINs fall under the Davis Bacon Wage Determination Act (DBA). DBA wages shall be applied to these CLINs. FOB: Destination, 1, EA; LI 124, Option Year 2: DRIP AND/OR BUBBLER SYSTEM IRRIGATION FFP Install drip and /or bubbler system irrigation as per PWS Section 3.1. FOB: Destination, 100000, Foot; LI 125, Option Year 2: INSTALL SPRINKLER SYSTEM IRRIGATION FFP Install sprinkler system irrigation as per PWS Section 3.1. FOB: Destination, 5, Acre; LI 126, Option Year 2:TRASH AND RECYCLE CONTAINERS FFP Contractor shall service trash and recycle containers as per PWS section 5.0. Please see sub-CLINs. FOB: Destination, 1, EA; LI 127, Option Year 2: TRASH COLLECTION SERVICES FFP Contractor shall perform trash collection service as per PWS section 5.0. QUANTITY: AN ESTIMATE OF 250 PAIRS OF CONTAINERS PER MONTH X 12 MONTHS = 3,000 PAIRS OF CONTAINERS PER YEAR. FOB: Destination, 3000, Pair; LI 128, Option Year 2:REFILL PLASTIC BAGS MUTT-MITT FFP Contractor shall refill plastic bags Mutt-Mitt as per PWS section 5.2. FOB: Destination, 240, EA; LI 129, Option Year 2:REPLACE TRASH AND RECYCLE CONTAINER FFP Contractor shall replace trash and recycle containers as needed as per PWS section 5.1. FOB: Destination, 600, Pair; LI 130, Option Year 2: REPLACE / INSTALL MUTT-MITT DISPENSER FFP Contractor shall replace / install Mutt-Mitt dispensers as needed as per PWS section 5.2. FOB: Destination, 288, EA; LI 131, Option Year 2:FERTILIZING TREES AND SHRUBS FFP Contractor shall fertilize trees and shrubs as per PWS 3.11. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 157968, EA; LI 132, Option Year 2:SAND REMOVAL FFP Contractor to remove sand as needed as per PWS section 11.6. FOB: Destination, 24, Acre; LI 133, Option Year 2:Manpower Reporting CMRA FFP Manpower Reporting CMRA FOB: Destination, 1, EA; LI 134, Option Year 3:IMPROVED MAIN AREAS FFP Contractor shall provide Grounds Maintenance Services as per the attached Performance Work Statement Section 3.0. Services include, but are not limited to grass cutting, edging, trimming, aerating, mulching, watering, fertilizing, trash and litter collection (policing), herbicide, and disposing of trash and debris, etc., to keep a healthy, professional looking grass. This is an ID/IQ Contract for a base period and four option periods. QUANTITY FOR BASE YEAR IS: 15 ACRES X 12 MONTHS = 180 ACRES FOR ONE YEAR PERIOD MAINTENANCE. (GRASS SHALL BE MAINTAINED FOR 12 MONTHS; HOWEVER, GRASS CUTTING IS ANTICIPATED DURING THE GROWING MONTHS ONLY) FOB: Destination, 180, EA; LI 135, Option Year 3:Semi-Improved Areas FFP Contractor shall maintain grass on semi-improved grounds (Ranges and Main Post) as set forth on maps provided and PWS Section 8.0.MAINTAIN SEMI-IMPROVED GRONDS. Maintenance service include but shall not be limited to: grass cutting, trash and litter collection (policing) and disposing of trash and debris, etc. FOB: Destination, 1, EA; LI 136, Option Year 3:RANGES FFP QUANTITY: 138 ACRES PER MONTH X 12 MONTHS = 1,656 ACRES. FOB: Destination, 1656, Acre; LI 137, Option Year 3:MAIN POST FFP QUANTITY: 360 ACRES PER MONTH X 12 MONTHS = 4,320 ACRES. FOB: Destination, 4320, Acre; LI 138, Option Year 3:TREE / STUMP, SHRUB, ROSETTA REMOVAL FFP Contractor shall remove tree / stump, shrubs and Rosetta as per PWS Section 3.13.3, and 3.18.4. Please see sub-CLINs. FOB: Destination, 1, EA; LI 139, Option Year 3:TREE UP TO 6" DIAMETER REMOVAL FFP Removal of trees Up to 6? diameter as needed as per PWS section 3.13.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 600, EA; LI 140, Option Year 3:TREES 8" - 12" DIAMETER REMOVAL FFP Removal of 8" to 12? Diameter Trees as needed as per PWS Section 13.18.3 and 13.13.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1800, EA; LI 141, Option Year 3:TREES OF 14" - 24" DIAMETER REMOVAL FFP Removal of 14" to 24? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 600, EA; LI 142, Option Year 3:TREES OF 26" - 36" DIAMETER REMOVAL FFP Removal of 26" to 36? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY: ESTIMATE OF A TOTAL OF 600 TREES PER YEAR. FOB: Destination, 600, EA; LI 143, Option Year 3:SHRUB AND ROSETTA REMOVAL FFP Contractor shall remove shrub and Rosetta as needed as per PWS. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 900, EA; LI 144, Option Year 3:TREE PRUNING DECIDUOUS / EVERGREEN FFP Contractor shall perform tree pruning of deciduous / evergreen as per PWS section 3.18.7. Please see sub-CLINs. FOB: Destination, 1, EA; LI 145, Option Year 3:TREE PRUNING UNDER 10 FEET TALL FFP Pruning of trees under 10 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 13440, EA; LI 146, Option Year 3:TREE PRUNING UNDER 20 FEET TALL FFP Pruning of trees under 20 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 21480, EA; LI 147, Option Year 3:TREE PRUNING UNDER 30 FEET TALL FFP Pruning of trees under 30 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 5940, EA; LI 148, Option Year 3:SHRUB AND ROSETTA PRUNING FFP Pruning of shrub and Rosetta as per PWS section 3.18.6. Please see sub-CLINs. FOB: Destination, 1, EA; LI 149, Option Year 3:PRUNING OF SHRUB 4 - 6 FEET TALL FFP Pruning of shrub 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 73824, EA; LI 150, Option Year 3:PRUNING OF SHRUB OVER 6 FEET TALL FFP Pruning of shrub over 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 2436, EA; LI 151, Option Year 3:ROSETTA PRUNING 4 - 6 FEET TALL FFP Rosetta pruning 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 22704, EA; LI 152, Option Year 3:ROSETTA PRUNING 6 to 25 FEET TALL FFP Rosetta Pruning 6 to 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 153, Option Year 3:ROSETTA PRUNING Over 25 FEET TALL FFP Rosetta Pruning over 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 154, Option Year 3:TREE PLANTING FFP Contractor shall provide all labor and materials for planting of new trees to replace damaged trees and / or to plant trees in new designated areas as per PWS 3.18. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1, EA; LI 155, Option Year 3:EVERGREENS FFP Evergreen trees include but are not limited to: Mexican Blue Palm, Date Palm, Escarpment Live Oak, and Afghan Mondell Pine. FOB: Destination, 13000, EA; LI 156, Option Year 3:DECIDUOUS TREES FFP Deciduous trees include but are not limited to: Thornless Honeylocust selection, Chinese Pistache selection, Honey Mesquite, Texas Red Oak, Spanish Oak, Locust Pink/Purple selection, Western Soapberry, Desert Willow, Arizona Ash, and Modest Ash. FOB: Destination, 13000, EA; LI 157, Option Year 3:ARTIFICIAL TURF MAINTENANCE FFP Contractor shall maintain artificial turf as per PWS section 4.0. Please see sub-CLINs. The total area of the artificial turf is is estimated to be approximately 980,500 square feet. FOB: Destination, 1, EA; LI 158, Option Year 3:REPAIR DAMAGED AREAS FFP Contractor shall repair damage areas as per PWS section 4.0. QUANTITY: A TOTAL ESTIMATE OF 12,000 SQ. FT. PER YEAR. FOB: Destination, 12000, EA; LI 159, Option Year 3:POWER BROOM / GROOM TURF FFP Contractor shall power broom/groom turf as per PWS section 4.2. QUANTITY: 15 ACRES PER MONTH X 12 MONTHS = 180 ACRES PER YEAR. FOB: Destination, 180, Acre; LI 160, Option Year 3:INSTALL PERIMETER SAND SCREEN FFP Contractor shall install perimeter sand screen as per PWS section 4.4. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, EA; LI 161, Option Year 3:EXISTING SPRINKLER SYSTEM MAINT./REPAIR FFP Contractor shall maintain and repair sprinkler system as per PWS section 3.2. Please see sub-CLINs. FOB: Destination, 1, EA; LI 162, Option Year 3:SPRINKLER HEAD REPLACEMENT FFP Contractor shall replace sprinkler heads as per PWS section 3.2. FOB: Destination, 600, EA; LI 163, Option Year 3:IRRIGATION VALVE REPLACEMENT FFP Contractor shall replace irrigation valve as per PWS section 3.2. FOB: Destination, 120, EA; LI 164, Option Year 3:DAMAGED IRRIGATION PIPE REPAIR/REPLACE FFP Contractor shall repair and / or replace damaged irrigation pipe as per PWS section 3.2. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, EA; LI 165, Option Year 3:IRRIGATION CONTROL TIMER REPLACEMENT FFP Contractor shall replace irrigation control timer as per PWS section 3.2. FOB: Destination, 24, EA; LI 166, Option Year 3:DRIP AND BUBBLER REPLACEMENT FFP Contractor shall replace drip and bubbler as per PWS section 3.2. FOB: Destination, 1200, EA; LI 167, Option Year 3:INSTALLATION NEW IRRIGATION SYSTEM FFP Contractor shall install irrigation system for lawn areas, trees, and shrubs. Drip systems shall be used for trees and shrubs. Sprinkler systems shall be used for lawns. Irrigation system shall be designed by a licensed irrigator registered in Texas in good standing with a minimum 5-year experience and minimum of 10 designs of comparable size systems. Submit irrigation system design for review and approval by COR. Irrigation system shall be designed to accommodate site static water pressure installed to accommodate design criteria as established by irrigation system design. Apply design criteria and specifications as per Park Design and Construction Standards, City of El Paso, Texas, May 2008. This CLIN and its sub-CLINs fall under the Davis Bacon Wage Determination Act (DBA). DBA wages shall be applied to these CLINs. FOB: Destination, 1, EA; LI 168, Option Year 3:DRIP AND/OR BUBBLER SYSTEM IRRIGATION FFP Install drip and /or bubbler system irrigation as per PWS Section 3.1. FOB: Destination, 100000, EA; LI 169, Option Year 3:INSTALL SPRINKLER SYSTEM IRRIGATION FFP Install sprinkler system irrigation as per PWS Section 3.1. FOB: Destination, 5, Acre; LI 170, Option Year 3:TRASH AND RECYCLE CONTAINERS FFP Contractor shall service trash and recycle containers as per PWS section 5.0. Please see sub-CLINs. FOB: Destination, 1, EA; LI 171, Option Year 3:TRASH COLLECTION SERVICES FFP Contractor shall perform trash collection service as per PWS section 5.0. QUANTITY: AN ESTIMATE OF 250 PAIRS OF CONTAINERS PER MONTH X 12 MONTHS = 3,000 PAIRS OF CONTAINERS PER YEAR. FOB: Destination, 3000, Pair; LI 172, Option Year 3:REFILL PLASTIC BAGS MUTT-MITT FFP Contractor shall refill plastic bags Mutt-Mitt as per PWS section 5.2. FOB: Destination, 240, EA; LI 173, Option Year 3:REPLACE TRASH AND RECYCLE CONTAINER FFP Contractor shall replace trash and recycle containers as needed as per PWS section 5.1. FOB: Destination, 600, Pair; LI 174, Option Year 3:REPLACE / INSTALL MUTT-MITT DISPENSER FFP Contractor shall replace / install Mutt-Mitt dispensers as needed as per PWS section 5.2. FOB: Destination, 288, EA; LI 175, Option Year 3:FERTILIZING TREES AND SHRUBS FFP Contractor shall fertilize trees and shrubs as per PWS 3.11. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 157968, EA; LI 176, Option Year 3:SAND REMOVAL FFP Contractor to remove sand as needed as per PWS section 11.6. FOB: Destination, 24, Acre; LI 177, Option Year 3:Manpower Reporting CMRA FFP Manpower Reporting CMRA FOB: Destination, 1, EA; LI 178, Option Year 4: IMPROVED MAIN AREAS FFP Contractor shall provide Grounds Maintenance Services as per the attached Performance Work Statement Section 3.0. Services include, but are not limited to grass cutting, edging, trimming, aerating, mulching, watering, fertilizing, trash and litter collection (policing), herbicide, and disposing of trash and debris, etc., to keep a healthy, professional looking grass. This is an ID/IQ Contract for a base period and four option periods. QUANTITY FOR BASE YEAR IS: 15 ACRES X 12 MONTHS = 180 ACRES FOR ONE YEAR PERIOD MAINTENANCE. (GRASS SHALL BE MAINTAINED FOR 12 MONTHS; HOWEVER, GRASS CUTTING IS ANTICIPATED DURING THE GROWING MONTHS ONLY) FOB: Destination, 180, Acres; LI 179, Option Year 4:Semi-Improved Areas FFP Contractor shall maintain grass on semi-improved grounds (Ranges and Main Post) as set forth on maps provided and PWS Section 8.0.MAINTAIN SEMI-IMPROVED GRONDS. Maintenance service include but shall not be limited to: grass cutting, trash and litter collection (policing) and disposing of trash and debris, etc. FOB: Destination, 1, EA; LI 180, Option Year 4:RANGES FFP QUANTITY: 138 ACRES PER MONTH X 12 MONTHS = 1,656 ACRES. FOB: Destination, 1656, Acres; LI 181, Option Year 4:MAIN POST FFP QUANTITY: 360 ACRES PER MONTH X 12 MONTHS = 4,320 ACRES. FOB: Destination, 4320, EA; LI 182, Option Year 4:TREE / STUMP, SHRUB, ROSETTA REMOVAL FFP Contractor shall remove tree / stump, shrubs and Rosetta as per PWS Section 3.13.3, and 3.18.4. Please see sub-CLINs. FOB: Destination, 1, EA; LI 183, Option Year 4:TREE UP TO 6" DIAMETER REMOVAL FFP Removal of trees Up to 6? diameter as needed as per PWS section 3.13.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 600, EA; LI 184, Option Year 4:TREES 8" - 12" DIAMETER REMOVAL FFP Removal of 8" to 12? Diameter Trees as needed as per PWS Section 13.18.3 and 13.13.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1800, EA; LI 185, Option Year 4:TREES OF 14" - 24" DIAMETER REMOVAL FFP Removal of 14" to 24? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 600, EA; LI 186, Option Year 4:TREES OF 26" - 36" DIAMETER REMOVAL FFP Removal of 26" to 36? Diameter trees as needed as per PWS section 3.18.3 and 3.18.4. QUANTITY: ESTIMATE OF A TOTAL OF 600 TREES PER YEAR. FOB: Destination, 600, EA; LI 187, Option Year 4:SHRUB AND ROSETTA REMOVAL FFP Contractor shall remove shrub and Rosetta as needed as per PWS. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 900, EA; LI 188, Option Year 4:TREE PRUNING DECIDUOUS / EVERGREEN FFP Contractor shall perform tree pruning of deciduous / evergreen as per PWS section 3.18.7. Please see sub-CLINs. FOB: Destination, 1, EA; LI 189, Option Year 4:TREE PRUNING UNDER 10 FEET TALL FFP Pruning of trees under 10 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 13440, EA; LI 190, Option Year 4:TREE PRUNING UNDER 20 FEET TALL FFP Pruning of trees under 20 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 21480, EA; LI 191, Option Year 4:TREE PRUNING UNDER 30 FEET TALL FFP Pruning of trees under 30 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 5940, EA; LI 192, Option Year 4:SHRUB AND ROSETTA PRUNING FFP Pruning of shrub and Rosetta as per PWS section 3.18.6. Please see sub-CLINs. FOB: Destination, 1, EA; LI 193, Option Year 4:PRUNING OF SHRUB 4 - 6 FEET TALL FFP Pruning of shrub 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 73824, EA; LI 194, Option Year 4:PRUNING OF SHRUB OVER 6 FEET TALL FFP Pruning of shrub over 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 2436, EA; LI 195, Option Year 4:ROSETTA PRUNING 4 - 6 FEET TALL FFP Rosetta pruning 4 to 6 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 22704, EA; LI 196, Option Year 4:ROSETTA PRUNING 6 to 25 FEET TALL FFP Rosetta Pruning 6 to 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 197, Option Year 4:ROSETTA PRUNING Over 25 FEET TALL FFP Rosetta Pruning over 25 feet tall. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 450, EA; LI 198, Option Year 4:TREE PLANTING FFP Contractor shall provide all labor and materials for planting of new trees to replace damaged trees and / or to plant trees in new designated areas as per PWS 3.18. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 1, EA; LI 199, Option Year 4:EVERGREENS FFP Evergreen trees include but are not limited to: Mexican Blue Palm, Date Palm, Escarpment Live Oak, and Afghan Mondell Pine. FOB: Destination, 13000, EA; LI 200, Option Year 4:DECIDUOUS TREES FFP Deciduous trees include but are not limited to: Thornless Honeylocust selection, Chinese Pistache selection, Honey Mesquite, Texas Red Oak, Spanish Oak, Locust Pink/Purple selection, Western Soapberry, Desert Willow, Arizona Ash, and Modest Ash. FOB: Destination, 13000, EA; LI 201, Option Year 4:ARTIFICIAL TURF MAINTENANCE FFP Contractor shall maintain artificial turf as per PWS section 4.0. Please see sub-CLINs. The total area of the artificial turf is is estimated to be approximately 980,500 square feet. FOB: Destination, 1, EA; LI 202, Option Year 4:REPAIR DAMAGED AREAS FFP Contractor shall repair damage areas as per PWS section 4.0. QUANTITY: A TOTAL ESTIMATE OF 12,000 SQ. FT. PER YEAR. FOB: Destination, 12000, Square Foot; LI 203, Option Year 4:POWER BROOM / GROOM TURF FFP Contractor shall power broom/groom turf as per PWS section 4.2. QUANTITY: 15 ACRES PER MONTH X 12 MONTHS = 180 ACRES PER YEAR. FOB: Destination, 180, Acre; LI 204, Option Year 4:INSTALL PERIMETER SAND SCREEN FFP Contractor shall install perimeter sand screen as per PWS section 4.4. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, Yard; LI 205, Option Year 4:EXISTING SPRINKLER SYSTEM MAINT./REPAIR FFP Contractor shall maintain and repair sprinkler system as per PWS section 3.2. Please see sub-CLINs. FOB: Destination, 1, EA; LI 206, Option Year 4:SPRINKLER HEAD REPLACEMENT FFP Contractor shall replace sprinkler heads as per PWS section 3.2. FOB: Destination, 600, EA; LI 207, Option Year 4:IRRIGATION VALVE REPLACEMENT FFP Contractor shall replace irrigation valve as per PWS section 3.2. FOB: Destination, 120, EA; LI 208, Option Year 4:DAMAGED IRRIGATION PIPE REPAIR/REPLACE FFP Contractor shall repair and / or replace damaged irrigation pipe as per PWS section 3.2. QUANTITY: A TOTAL ESTIMATE OF 8,000 YARDS PER YEAR. FOB: Destination, 8000, EA; LI 209, Option Year 4:IRRIGATION CONTROL TIMER REPLACEMENT FFP Contractor shall replace irrigation control timer as per PWS section 3.2. FOB: Destination, 24, EA; LI 210, Option Year 4:DRIP AND BUBBLER REPLACEMENT FFP Contractor shall replace drip and bubbler as per PWS section 3.2. FOB: Destination, 1200, EA; LI 211, Option Year 4:INSTALLATION NEW IRRIGATION SYSTEM FFP Contractor shall install irrigation system for lawn areas, trees, and shrubs. Drip systems shall be used for trees and shrubs. Sprinkler systems shall be used for lawns. Irrigation system shall be designed by a licensed irrigator registered in Texas in good standing with a minimum 5-year experience and minimum of 10 designs of comparable size systems. Submit irrigation system design for review and approval by COR. Irrigation system shall be designed to accommodate site static water pressure installed to accommodate design criteria as established by irrigation system design. Apply design criteria and specifications as per Park Design and Construction Standards, City of El Paso, Texas, May 2008. This CLIN and its sub-CLINs fall under the Davis Bacon Wage Determination Act (DBA). DBA wages shall be applied to these CLINs. FOB: Destination, 1, EA; LI 212, Option Year 4:DRIP AND/OR BUBBLER SYSTEM IRRIGATION FFP Install drip and /or bubbler system irrigation as per PWS Section 3.1. FOB: Destination, 100000, Foot; LI 213, Option Year 4:INSTALL SPRINKLER SYSTEM IRRIGATION FFP Install sprinkler system irrigation as per PWS Section 3.1. FOB: Destination, 5, Acre; LI 214, Option Year 4:TRASH AND RECYCLE CONTAINERS FFP Contractor shall service trash and recycle containers as per PWS section 5.0. Please see sub-CLINs. FOB: Destination, 1, EA; LI 215, Option Year 4:TRASH COLLECTION SERVICES FFP Contractor shall perform trash collection service as per PWS section 5.0. QUANTITY: AN ESTIMATE OF 250 PAIRS OF CONTAINERS PER MONTH X 12 MONTHS = 3,000 PAIRS OF CONTAINERS PER YEAR. FOB: Destination, 3000, Pair; LI 216, Option Year 4:REFILL PLASTIC BAGS MUTT-MITT FFP Contractor shall refill plastic bags Mutt-Mitt as per PWS section 5.2. FOB: Destination, 240, EA; LI 217, Option Year 4:REPLACE TRASH AND RECYCLE CONTAINER FFP Contractor shall replace trash and recycle containers as needed as per PWS section 5.1. FOB: Destination, 600, Pair; LI 218, Option Year 4:REPLACE / INSTALL MUTT-MITT DISPENSER FFP Contractor shall replace / install Mutt-Mitt dispensers as needed as per PWS section 5.2. FOB: Destination, 288, EA; LI 219, Option Year 4:FERTILIZING TREES AND SHRUBS FFP Contractor shall fertilize trees and shrubs as per PWS 3.11. QUANTITY IS AN APPROXIMATE ESTIMATE OF UNITS. FOB: Destination, 157968, EA; LI 220, Option Year 4:SAND REMOVAL FFP Contractor to remove sand as needed as per PWS section 11.6. FOB: Destination, 24, Acre; LI 221, Option Year 4:Manpower Reporting CMRA FFP Manpower Reporting CMRA FOB: Destination, 1, EA; LI 222, Option Year 4:PHASE-OUT PERIOD FFP FOB: Destination, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Joint Base Lewis McChord - ICO Bliss intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Joint Base Lewis McChord - ICO Bliss is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. (Now, System for Award Management (SAM)at https://www.sam.gov/portal/public/SAM/. The selected Offeror must comply with the following commercial services terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.222.3,52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37,52.222-40, 52.222-54,52.223-18, 52.225-13, 52.232-33,52-222-41, 52-222-42, 252.232-7010 Levies on Contract Payments. Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of commercial items, will apply: 252.225-7001, 252.247-7023 Alt. III. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Additional terms and conditions found on the attached SF1449 form apply to this buy. Joint Ventures are allowable on competitive 8(a); however, 8(a) joint venture applicants must submit the JVA plus any other additional required documentation to the SBA servicing District Office prior to proposal due date. Failure to obtain SBA approval of the JVA will result in no contract award. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with SBA's established regulations. Questions regarding this solicitation shall be submitted no later than August 23, 2012 at 12:00 p.m. Mountain Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa55b2b36f6f20f6ac77111d564ea910)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN02864811-W 20120902/120901000258-aa55b2b36f6f20f6ac77111d564ea910 (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.