Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOLICITATION NOTICE

S -- Landscaping Service

Notice Date
12/4/2019 5:48:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20P-985739
 
Response Due
12/18/2019 2:00:00 PM
 
Archive Date
01/02/2020
 
Point of Contact
Lynn S. Hults, Phone: 9792609376
 
E-Mail Address
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B20P-985739 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 561730 (Landscaping Service), with a small business size standard of $7.5 Million.Specifications:With the following minimum specifications:STATEMENT OF WORKLAWN MAINTENANCE AND LANDSCAPING SERVICES US Department of AgricultureIntroductionThe USDA-Agricultural Research Service, Subtropical Horticulture Research Station (SHRS) in Miami, Florida is tasked with efficiently and effectively maintaining the safety, genetic integrity, health, and viability of subtropical and tropical crop and ornamental plant genetic resources. We are a germplasm repository and we preserve genetic resources by various means, including seed and trees/plants. We are looking to set up a ground maintenance contract which will involve mowing, trimming, landscaping, use of herbicide and or using a weed eater every two (2) weeks to maintain specified areas. We are looking for a 1-year proposal with 4 option years.1. Key AssumptionsThe parties agree that the schedule, level of effort, and outcomes listed in this SOW are based on the following assumptions:Seller has the necessary personnel, equipment, and skills to perform the Services.All Seller materials, workers on site, and work performed must be in accordance with all local, state and federal codes and regulations.This is to be a 1-year estimate with 4 option years.2. Seller Responsibilities Seller shall provide ground maintenance services of specified areas (see Appendix A) for a period of 1 (one) year, beginning December 1, 2019. Location of services will be at the USDA, ARS, Subtropical Horticulture Research Service located on 13601 Old Cutler Road Miami, Fl 33158. Contractor (Seller) must ensure that in addition to mowing, trimming, and cleaning the serviced areas, that all seller requirements in section 3 are met during each visit.Seller shall provide all personnel and equipment necessary to perform the Services under this SOW.Seller shall immediately escalate to Buyer contact any problems that Seller feels may jeopardize the Project Schedule.Seller shall provide, Karla Agurto, Administrative Officer (AO), a point of contact, with the weekly grounds service.Seller will address all location questions, concerns, and requests to the designated buyer contact, Karla Agurto, AO.3. Seller RequirementsSeller will mow specified open areas and around buildings. Service performed on the East side of the main entrance will run all the way to the canopy of trees before the canal. (see Appendix A).The area around the pond near the entrance will be maintained and mowed during each visit. Tall grass must be cut down or sprayed with herbicide, all the way down to 2 ft. away from the water’s edge.All tree branches must be above 6 feet. Anytime overhanging branches go below 6 ft. they must be trimmed.Remove vegetation close to building walls by means of herbicide spraying or use of weed eaters.Extra care should be taken not to girdle trees with trimmer as these trees are invaluable.‘Suckers’ (small and new branches growing from the main trunk of a tree) must be removed during each visit.Volunteers must also be removed during each visit.All coconuts, palm fronds, fallen branches, and any other debris on the ground must be removed during each visit.Shrubs in front of building 89 must be trimmed to 5 feet in height.No fruits, coconut, flowers, or any type of plant material is to be removed from the trees under any circumstances.Seller will dispose of trimmings from trees in specified pit area on USDA property. This area will be identified by Buyer contact.Contractor (Seller) and their staff are only authorized to use the front gate entrance to the property and only during normal duty hours (M-F, 7:00 a.m. to 4:00 p.m. except holidays). They are not to roam the grounds, use other exits, or drive to any area that is not serviced by the contract.Contractor and staff must sign in building 89 when arriving to the station and sign out when departing for the day.Seller is recommended to schedule with the buyer’s POC, a site visit to assist in the proposal creation. Seller must provide an estimate for 1 year and 4 optional years. Each Year needs to be annotated separately. 4. Buyer Responsibilities Buyer will provide a designated contact: Karla Agurto, Administrative Officer, phone: 786-573-7058. Buyer’s Contracting Officer will review and approve all Seller invoices. Buyer will schedule one (1) site visit for proposed contract. Buyer requests an itemized proposal for the areas to be serviced (Area 1 is colored in pink and Area 2 is colored in blue). Please provide one proposal with both areas included but itemized. Buyer will provide access to the seller during the station’s hours of operation 7:00 AM to 4:00 PM. The station is closed on all federal holidays. On the event that service falls on a holiday, seller will make up the service on the next work day (Monday-Friday). 5. Schedule Seller shall perform the tasks in accordance with the project schedule of every two (2) weeks. Schedule must be sent 1 month in advance of actual dates via email to the ARS contact. 6. Appendices Appendix A - Map of highlighted areas requiring maintenance. Pink section is approximately, 3,500 Sq ft. and blue section is approximately 1,500 Sq. ft. Appendix B-F- Pictures of plant material and examples of required services. Delivery must state door to door to the following address: US Subtropical Horticultural Research Station 13601 Old Cutler Road Miami, FL 33158 The Government anticipates award of a Firm Fixed Price contract. Service will begin on January 1st, quoted price should include all associated costs. This is for a 1 year with 4 option years. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than December 18, 2019, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Friday December 13, 2019. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/752414dd66bd470e96038f657b5f8537/view)
 
Place of Performance
Address: 45000, FL, USA
Country: USA
 
Record
SN05508659-F 20191206/191204230256 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.