Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25,1996 PSA#1708

Commanding Office, United States Coast Guard, Support Center, Building Number 981, Elizabeth City, North Carolina 27909-5006

L -- LAWN MAINTENANCE SOL DTCG8496Q0002 DUE 110796 POC Contact Point, CWO3 D. R. Lane, Contracting Officer,919/335-6404, Fax 919/335-6450 This is a combined synopsis/request for quotation for commercial services. This announcement constitutes the only request for quotation; proposals are being requested and a written request for quotation/solicitation will not be issued. All responsible sources may submit a written offer, which will be considered. This is set aside for small business for the following: The request for quotation incorporates provision and clauses in effect through Federal Acquisition Circular 90-41. The Coast Guard intends to issue a purchase order for LawnCare and Maintenance of Coast Guard Housing Facilities. The Statement of Work is as follows: Mowing; The contractor will provide all labor, materials, and equipment to mow Sections 1-8, as shown on chart beginning upon contract award through Sept 30 of the following year. (Chart can be obtained by calling phone number listed above). There are approximately 21.5 acres of grass, including .5 miles of ditch line. All areas are to be mowed to the appropriate height of 2 inches. All sections are to be cut within 25 feet of all houses. ?Grass will be cut weekly (within 9 days of last mowing). Delays for inclement weather will be permitted. With the exception of winter months, delays should not exceed 12 days without granted exception from the Contracting Officer. In all cases grass will mowed prior to growth of seed heads. All areas to be mowed should be free of litter and debris prior to mowing. If debris is too large to be removed by one worker with equipment other than heavy equipment, the contractor will notify the Contracting Representative. Any litter or debris cut during mowing will also be removed by the contractor each time grass is mowed. This is to include all clippings and growth being removed from all walkways, curbs, driveways, and roadways. All mowed areas shall present an even cutting with no variance of height due to pass of cutting equipment. In the case of heavy growth, clippings will be removed or mulched when deemed unsightly by the contractor, Contracting Officer, or Contracting Representative.Trimming; The contractor will provide all labor, materials and equipment to trim all appropriate areas beginning upon contract award through Sept 30 of the following year. Trimming will include cutting of growth away from all equipment areas, playground equipment, fire hydrants, signs, hedges, and trees, and any other areas not reachable by mowing equipment. Trimming will be done biweekly (not to exceed 14 days). Delays will follow the same procedure as outlined for mowing. Trimming shall be done utilizing a line -type weed trimmer. All trimmed areas will be cut to the same height as the surrounding grass. No trimming will be done using any chemicals. Trimming will be done on both sides of the 4100 feet of chain link fence, All excess growth (i.e. vines, brush, and weeds) will be cleared from the entire fenceline and a clearance of 5 feet along the north side of the fenceline should be maintained. Landscaping; All landscaping will upon contract award and be maintained on an as needed basis until Sept.30 of the following year. The contractor will remove all grass and growth from cracks or spaces in walkways, curbs, driveways, concrete pads, roadways, fences, and rocky areas within areas of responsibility. All mulched areas will be kept weeded and neat in appearance. All dead flowers, plants, and shrubbery shall be removed. Additional mulch should be added as needed to maintain a depth of at least 3 inches. All grass bordered by curbs, walkways, and driveways shall be edged and neatly manicured. All hedging will be done on an as needed basis, Hedges and shrubbery should maintain a neat appearance, free of any stray, dead, or broken limbs. Fertilizing; The contractor will apply one application of granulated type fertilizer to Sections 1-8 if needed. Application will be applied no earlier than 1 Sept. The type and time when fertilizer is to be applied shall be submitted in writing to the Contracting Officer for approval prior to any application. In addition the contractor will provide all MaterialSafety Data Sheets relating to the fertilizer intended for use. Only after given approval by the Contracting Officer will the fertilizer be applied. No additional applications of fertilizer shall be applied under this statement of work. Spraying: No spraying will be done without prior written recommendation by Contractor followed by approval from the Contracting Officer. ? Any suggestions for spraying shall be submitted in writing along with Materials Safety Data Sheets for all chemicals intended for use to the Contracting Officer for approval. The perimeter fence line and roadways will be the only areas considered for use of sprays. Any sprays used shall contain a bright colored marking dye. Tree Trimming: The Contractor shall provide for the labor, materials, and equipment needed to trim and groom all trees on the entire complex. The Contractor will be responsible for all tree grooming and maintenance beginning Oct 1 through Sept 30 of the following year. This is to include the removal of all broken limbs. Technical Recommendations: If the Contractor feels there is any work that should be done with the landscaping not covered in this statement of work, he or she shall submit in writing a report to the Contracting Officer. This report shall include the problems found and recommendations on how to correct the problem. If the contractor should submit any technical recommendations, an estimated cost should also be included. If theCoast Guard requests technical advice, the Contractor shall provide the technical advice the same as if the problem was found by the Contractor. This statement of work shall allow no more than 4 requests by the Coast Guard for technical advice. The Contractor shall submit a cost estimate for any technical reports requested by the Coast Guard exceeding 4. The Contracting Officer shall be the only one to authorize the Contractor to submit a written report of technical recommendation requested by the Coast Guard exceeding 4. On Site Representative: The Coast Guard will assign a representative from the Coast Guard Support Center in Elizabeth City to assist the Contractor with any questions that may arise. This person will be known as the Contracting Representative. The Contracting Representative will only be used in assisting the contractor with any questions and unforeseen problems. He or she will not be able or responsible for making any modifications to this Statement of Work or obligate the CoastGuard for any additional costs. He or she will not have the authority to stop the Contractor from any work with the exceptions of matters concerning safety or violation of applicable laws, rules, regulations, and instructions. The Contracting Representative will usually visit the site while the Contractor is working. He or she will be the primary contact and will try to maintain a positive working environment for the contractor. The Contracting Representative will be BM3 Michishia Campbell at the Grounds Department of the Facility Engineering Division. BM3 Campbell can be reached at the Grounds Shop (Bldg 92) or by phone at (919)335-6867. Work Days and Hours: The Contractor shall carry out this Statement of Work during the normal working hours of the Facility Engineering Division (FED) of the Coast Guard Support Center, Elizabeth City. The normal work hours of FED are Monday through Friday, 0655 till 1625. The Contractor will work on these days and during hours only. No work is to be done during anyfederal holiday. Support Center Instructions; The Contractor and his representative will be responsible to follow all applicable Support Center Elizabeth City Instructions while aboard any Coast Guard owned property or while doing any Coast Guard work. A copy of these instructions can be made available upon request at (919)335-6108/6112. ? Closing date and time for receipt of offers is 07 November 1996, 3:00pm, Eastern Standard Time. Facsimile Offers are acceptable and may be forwarded via Fax Number (919)335-6450. FAR provision, 52.212-2 does not apply in that award will be made to the offeror who submits the lowest price. Offerors are instructed to include a completed copy of FAR provision 52.212-3 ''Offeror Representations and Certifications -- Commercial Items: with their bid. If a copy of this certification is needed, it may be requested by calling the contact number identified above. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions To Offerors -- Commercial Items (Oct 1995) FAR 52.212-2 Evaluation -- Commercial Items (Oct 1995) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jun 1996) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 1995) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items. (Aug 1996) FAR 52.222-26, Equal Opportunity (Apr 1984) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984) FAR 52.222-36, Affirmative Action for Handicapped Workers (Apr 1984) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988) FAR 52.225-3, Buy-American Act--Supplies (Jan 1994) Insurance: contractor is required to show proof of adequate insurance prior to commencement of work. Adequate insurance for this purpose is defined as: A. Workers' Compensation and Employer's Liability with employer's liability coverage of at least $100,000. B. General Liability with bodily injury liability coverage written on the comprehensive form of policy, with coverage of at least $500.000 per occurrence. C. Automobile Liability insurance written on the comprehensive form of policy, providing for at least $200,000 per person and $500,000 per occurrence bodily injury and $20,000 per occurrence for property damage. For Minority, Women-Owned and disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantage business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP please call the OSDBU at (800) 532-1169. (0297)

Loren Data Corp. http://www.ld.com (SYN# 0039 19961024\L-0001.SOL)


L - Technical Representative Services Index Page