Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

J -- GROUNDS MAINTENANCE SOL F0863798QX180 DUE 120997 POC SrA Ron Wilson 850-283-8610 E-MAIL: Click Here to contact the buyer, rwilson@tyngate1.tyndall.af.mil. This is a combined synopsis/solicitation for commercial services prepared in accordance the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a request for quotation. This procurement is reserved for small business concerns, utilizing the size standard in FAR 19 under Standard Industrial Code 0782. $5M. Offerors are to quote on the following line item: Line Item 0001 Provide all labor to perform non-personal services of ground/facility maintenance in accordance with the Statement of Need listed below, for a period of 1 year . Quantity 12, Unit of issue: Month. Offerors are to bid on a per month amount for this job and provide a total yearly amount. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Prospective offerors will submit theirquotations on letterhead stationery, in accordance with FAR 52.212-1 (b)(1-11). STATEMENT OF NEED-Contractor to provide all labor to perform non-personal services of ground/facility maintenance for buildings 248, 1117, 1120, 1134, 1140, 1142, and 1114, Tyndall AFB, FL for the period of 01 Oct 97 through 30 Sep 98. This requirement involves, but is not limited to ground/facility maintenance to include; landscaping, lawn care, inside maintenance of potted plants, pressure washing the exterior of designated facilities, removal and disposal of contractor generated debris, in ground sprinkler system repair, maintenance of Government furnished equipment. Total amount of acreage involved for this service is approximately 15 acres. The Government shall provide the following the following to the contractor: 9 ft X 11 ft office space in building 249. The office shall contain a telephone and minimum office furnishings. Supplies to include: lawn and garden supplies, grass seed, fertilizer, plants, trees, shrubs, sod, and any related itemsnecessary to maintain landscaping integrity. Equipment to include; front end lawn mowers, four-wheel drive transporters, self-propelled mowers, gas powered edgers, weed eaters, power blowers, power washers, power trimmers. Lawn Care- Lawn care shall consist of but not limited to, grass mowing (not to exceed 4 inches nor cut beyond 2.5 inches), weed eating, edging around curbs and sidewalks, removing grass trimmings, weeds, leaves, and pine straw. All lawn care will be accomplished in accordance with industry/commercial standards to include, but not limited to, application of grass seed and fertilizer applicable to seasonal needs. Buildings 1117 and 1120 will receive priority care over other areas in preparation for distinguished visitors. Contractor will be notified at least three days prior to such visits. Landscaping- All shrubs, bushes, and trees shall be trimmed and pruned once per month. Additional duties to include but not limited to shall include the removal and replacement of Government plants. Facilities Maintenance- Contractor is required to pressure-wash the exterior of the buildings located within the designated 15 acres. Number of facilities (6) shall be pressure washed as determined by the contracting officer or the duly assigned facility manager. Potted plants that are designated by the contracting officer or assigned facility manager shall be cared for by the contractor. Watering, trimming, fertilizing, re-potting and all general plant care techniques standard to commercial/industry standards shall be used to care for the Government furnished plants. Equipment Maintenance- Contractor shall be responsible for the general maintenance and upkeep of Government furnished equipment. Responsibilities shall include, but not limited to : coordination with facility manager in the ordering, receiving, and delivery of parts, daily maintenance to include oil, lubrication, sharpening of Government furnished lawn equipment. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46.. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation and resultant contract. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; 52.222-35, Affirmative action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped workers; 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; 52.222-41, Service Contract Act of 1965, As amended; 52.222-42 Statement of Equivalent Rates for Federal Hires, In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor, this clauses identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASS-Laborer, Grounds Maintenance MONETARY WAGE/FRINGE BENEFITS WG-3. The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside applies to this solicitation. Wage Determination: Pursuant to the Service Contract Act of 1965, As amended, Wage Determination No. 94-2122, Revision 5, Dated 97 May 19 will apply to the solicitation/contract contemplated hereby. The following additional clauses will apply to this solicitation and any resultant contract: FAR 52.245-2 Government Property (Fixed Price Contracts), Alternate I, 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, 52.232-18 Availability of Funds, 52.245-1 Property Records. Offerors must include with their offer a completed copy of the provisionsat FAR 52.212-3, Offerors Representation and Certification-Commercial Items. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation. Award will be based on the lowest priced quotation from a responsible contractor in accordance with FAR 9.104-1. A Site visit will be conducted at 9:00 AM local time, on 04 Sep 98. Please call SrA Wilson at 850-283-8610 for directions and details. Quotes may be submitted in writing or faxed to the point of contact indicated above. The fax number is 850/283-3963. Quotes are required no later than 12 Sep 97, 4:00 Local time. Award will be made on or about 24 Sep 97. All responsible sources may submit an offer, which, if timely received will be considered by this agency. (0238)

Loren Data Corp. http://www.ld.com (SYN# 0044 19970829\J-0011.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page