Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOLICITATION NOTICE

S -- Landscaping/Groundskeeping Services

Notice Date
1/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124810B0002
 
Response Due
2/12/2010
 
Archive Date
4/13/2010
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
E-Mail Address
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number W91248-10-B-0002 is issued as an Invitation for Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, dated 10 December2009. This acquisition is 100% set-aside for HUBZone small business concerns. NAICS is 561730; small business size is $7 Million. Description of Items Requested: Base Year, Line Item 0001 Grounds Maintenance Base Period. Provide all parts, labor, tools, equipment, transportation and supervision to provide Recurring Grounds Maintenance services at Fort Campbell, KY as specified on delivery orders. See Attached Price List Items with estimated quantities for 0001 through 0003. First Option Period, Line Item 1001, Grounds Maintenance 1st Period. Provide all parts, labor, tools, equipment, transportation and supervision to provide Recurring Grounds Maintenance services at Fort Campbell, KY as specified on delivery orders. See attached Price List with estimated quantities for Items 1001 through 1003. Second Option Period, Line Item 2001, Grounds Maintenance 2nd Option Period. Provide all parts, labor, tools, equipment, transportation and supervision to provide Recurring Grounds Maintenance services at Fort Campbell, KY as specified on delivery orders. See Attached Price List Items with estimated quantities for 2001 through 2003. A site visit is scheduled for 1 February 2010, at 9:00 am, Bldg 2172 Ft. Campbell, KY. Bidders shall submit number of representatives thast will attend the site visit. All questions regarding the solicitation must be received by 3 February 2010. Sealed Bids consisting of Bid Schedule, Price List and Representations/Certifications are due not later than 12 February 2010, 2:00 PM CDT (NOTE: Facsimile and Emailed Bids are NOT ACCEPTABLE and will not be considered). Bidders shall indicate the solicitation number and bidders name and address on the outside of their sealed bid. All responsible HUBZone concerns may submit a bid that will be considered by this agency. It is contemplated that Period of Performance will be one 12-Month Base Period and Two (2) 12- Month Option Periods. The complete Price List, Statement of Work, Technical Exhibits, Wage Determination and associated documents can be downloaded at https://doc.campbell.army.mil under subject solicitation number or at the end of this FedBzOpps announcement under Additional documentation. The following provisions and clauses are iapplicable to this acquisition: 52.214-10, Contract Award Sealed Bidding, 52.212-1, Instructions to Offerors Commercial Items; is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.209-5 Certification Regarding Responsibility Matters, 52.216-1 Type of Contract (Fill-in information, firm fixed-price requirements); 52.217-4 Evaluation of Options; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 52.237-1 Site Visit; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country and 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.bpn.gov/ccr/default.aspx. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.216-18 Ordering (Fill-in information- Paragraph (a): Such orders may be issued throughout the 12-months base period); 52.216-19 Order Limitations (Fill-in information: Paragraph (a), Minimum order $2,000.00; Paragraph (b)(1), Maximum order $250,000; Paragraph (b)(2) $450,000; Paragraph (3), 30 calendar days. The contractor shall honor any order exceeding the maximum order limitation ; 52-216-21 Requirements, Alternate I (Fill-in information date will be specified in the contract); 52.217-8 Option to Extend Services (Fill-in information: 60 calendar days); 52.217-9 Option to Extend the Term of the Contract (Fill-in information: Paragraph (a) 60 calendar days in both places, Paragraph (c) 36 calendar months; 52.228-5 Insurance--Work on a Government Installation; 52.252-2 Clauses Incorporated by Reference (Fill-in information www.gsa.gov); 252.201-7000 Contracting Officers Representative; 52.232-19 Availability of Funds for the Next Fiscal Year, fill-ins are 30 September 2010; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country and 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-50 Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52 219-3 Notice of Total HUBZone Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Monetary Wages-Fringe Benefits: (Laborer, Grounds Maintenance #23470, $14.37/$1.94; Tractor Operator #1130, $16.99/$2.29; Gardener #11090, $18.12/$2.45; and Small Engine Mechanic #23910, $20.49/$2.77);52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-70112 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. The Government intends to award to that responsive, responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price. Mailing address is: Directorate of Contracting, Building 2172, 13 Street, Fort Campbell, Kentucky, 42223-5334. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Kevin Day, (270) 798-7854, email: kevin.day1@us.army.mil or Gertrude A. Colbert (270) 798-7566; trudy.colbert@us.army.mil SCHEDULE OF INSURANCE: 1)The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmens Compensation and Employers Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence$500,000.00 Automobile Liability Insurance: Minimum Per Person$200,000.00 Minimum Per Occurrence for Bodily Injury$500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 2)Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Governments interest shall not be effective: a)For such period as the laws of the state in which this contract is to be performed or prescribed, and b)Until 30 days after the insurer or the contractor gives written notice to the Contracting Officer, whichever period is longer. 3)The Contractor shall insert the substance of the clause entitled Insurance Work on a Government Installation (FAR 52.228-5) in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. NOTE: When the Government requires the contractor to provide insurance coverage, the policies shall contain an endorsement that any cancellation or material change in the coverage adversely affecting the Governments interest shall not be effective unless the insurer or the contractor gives written notice of cancellation or change as required by the contracting officer. When the coverage is provided by self-insurance, the contractor shall not change or decrease the coverage without the administrative contracting officers prior approval (see 28.308(c)). CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 1)Contracting Office, Contracting Officer, Contracting Officers Technical Representative; 2)Contract number, including task and delivery order number; 3)Beginning and ending dates covered by reporting period; 4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 5)Estimated direct labor hours (including subcontractors); 6)Estimated direct labor dollars paid this reporting period (including subcontractors); 7)Total payments (including subcontractors); 8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); 9)Estimated data collection cost; 10)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); 11)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; 12) Presence of deployment or contingency contract language; and 13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS The following contract terms and conditions, and/or changes are hereby incorporated and made a part of this contract: 1.Changes to FAR clause, Contract Terms and Conditions Commercial Items: SUBMISSION OF INVOICES The contractor shall submit payment requests using the following electronic method: Wide Area Workflow-Receipt and Acceptance (WAWF-RA) https://wawf.eb.mil The contractor shall submit an Invoice & Receiving Report (COMBO) in WAWF. The Invoice & Receiving Report COMBO shall reflect contract line items (CLINs) contained in the contract. Failure to submit invoices as instructed may result in delay of payment. NOTE: Contractor will use the Issue By, Admin By, Shipto/Delivery and Payment By codes that are listed on the contract when submitting the Invoice & Receiving Report COMBO in WAWF. For assistance with the Shipto/Delivery code contractors may contact Tori Griffith 270-798-5581 or David Smith at 270-956-2412. NOTE: Additional Instructions for submitting Invoices for Service or Construction type contracts may be located within the contract. NOTE: For assistance with WAWF, contractors may contact the WAWF help desk at 614-693-6868. NOTE: DFAS Vendor Payment POC 800-553-0527 NOTE: Go to http://wawftraining.com for self paced training, to learn how to electronically submit and take action on documents in WAWF. PAYMENT ESTIMATED QUANTITIES (EST QTY): Payment will be made only for actual work specified on each delivery order; performed by the Contractor; and accepted by the Government. The Contractor shall not exceed any quantities and amounts set forth on the delivery order without prior approval by the Contracting Officer. PERIOD OF PERFORMANCE: The period of performance for delivery orders issued against this contract are: Level I: High Visibility Areas, 360 acres: 4 calendar days Level II: Cantonment Area, 3075 acres, 10 calendar days Level III: Airfields, 1090 acrea, 14 calendar days Level IV: 118 acres, 10 calendar days Trimming Taxiways and Runway Lights, 530 each, 10 calendar days NOTE: Period of Performance runs concurrently, (i.e., the period of performance for a delivery order for one mowing cycle for Levels I, II and III would be 14 calendar days. DIRECTORATE OF CONTRACTING WEB ADDRESS: www.campbell-doc.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d49a4ac502800f93f4a67adad68be695)
 
Place of Performance
Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN02048336-W 20100124/100123000236-d49a4ac502800f93f4a67adad68be695 (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.