Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

S -- Huxtable Pumping Plant Grounds Maintenance

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-05-Q-0015
 
Response Due
4/27/2005
 
Archive Date
6/26/2005
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is W912EQ-05-Q-0015 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 94-2495 Rev (27). This acquisition is 100% set-aside for small business. The associated NAICS code is 561 730 with $6.0M. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it i s the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. GROUNDS MAINTENANCE SERVICES FOR W.G. HUXTABLE PUMPING PLANT 1. SCOPE: This Performance Work Statement (PWS) sets forth requirements for grounds maintenance services at W.G. Huxtable Pumping Plant. The work consists of mowing approximately 126 acres of grounds and trimming around trees, buildings, roadways and ad jacent parking areas, one (1) fertilizing and one (1) broadleaf herbicidal weed treatment. All areas being mowed or trimmed shall be completely free of debris such as paper, cans, bottles, etc. PERIOD OF PERFORMANCE is 1 MAY 2005 through 31 OCTOBER 2005, with four (4) possible one year options. 2. APPLICABLE DOCUMENTS 2.1 OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA) - Full compliance with Federal Law, DoD, Army Regulations requiring safety are applicable. All work under this contract shall comply with the latest version of the U.S. Army Corps of Engineer Safety and Health Requirements Manual, EM 385-1-1, and Occupational Safety and Health Act (OSHA) Standards in effect on the date of the solicitation. No separate payment will be made for compliance with EM-385-1-1, or for compliance with any of the other safety-related spec ial requirements. 2.2 ENVIRONMENTAL PROTECTION AGENCY (EPA) - Full compliance with environmental and hazardous waste management laws, rules, and regulations, when propagated by Federal Government, Federal agencies, the State of Arkansas and local Government. 3. REQUIREMENTS: The contractor shall provide all management, fuel, chemicals, tools, equipment, and labor necessary to ensure that grounds maintenance services are performed at W.G. Huxtable Pumping Plant, Marianna, Arkansas. The contractor shall at al l times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms and conditions of the contract. Details as to the minimum frequency at which the services are to be performed ar e outlined in Technical Exhibit 1. The contractor shall be required to assign, as a minimum, two (2) employees to perform the required work. One of these employees shall be designated as a working foreman. 3.1 WORK HOURS. Work shall be between 07:00 a.m. and 3:30 p.m., Monday thru Friday, unless otherwise approved by the Contracting Officers Representative, excluding national holidays. All work shall be coordinated with the Pumping Plant Superintendent. 3.2 BASIC MAINTENANCE SERVICES: All maintenance tasks shall be accomplished to meet the requirements of this PWS and Technical Exhibit 1. The contractor shall maintain the facility to the standards established in this contract. Services listed below may not be required for some parts of the grounds. The Government will make available to the contractor clean water for his equipment and spraying operations. The contractor shall provide properly licensed an d/or certified personnel to perform the Fertilizing and Herbicidal Weed Control activities described below, as applicable. A copy of this certification shall be provided to the Contracting Officers Representative. For the contractors convenience, equipm ent may be stored inside the security fence, but not inside any Government building, as approved by the Contracting Officers Representative. However, the Government will not assume any liability for loss or damage to any such equipment that is stored ins ide the security fence as a courtesy to the Contractor. The Contractor will not be allowed at any time to store any fuel or herbicides at the facility. 3.2.1 Mowing. The number of mowings that shall be required will vary due to the prevailing weather. Under normal conditions, the number of complete mowings can be expected to be between fifteen (15) and twenty (20) each season, with trim work over the en tire area. Mower blades shall be kept sharp. Preferably, all mowing operations shall be performed when grass blades are dry. Grass height shall be maintained at a minimum height of 2.5 inches and mowed when it reaches a maximum height of 4.0 inches, as app roved by the Contracting Officers Representative. Each mowing and trimming operation will be considered complete when the entire acreage is covered. Once mowing has begun, the mowing shall be performed in a continuous operation until all areas are complet ely done. All mowing/trimming areas shall be picked up and completely free of any paper, metal, glass or other foreign materials. All mowing areas outside the security fencing may be accomplished by close bush hogging. The area inside the security fence wi ll be done by a grooming type mower, either riding or push type. It will be the Contracting Officers decision as to whether it is too wet for mowing. 3.2.2 Fertilizing. One application of a fertilizer, containing sulfur-coated urea, urea formaldehyde, natural organic, or some other soluble nitrogen source, is to be performed over the entire grounds area during the month of September. The fertilizer is to be applied at the equivalent rate of 1-lb of Nitrogen per 1000 square feet. After fertilizer is applied, it shall be watered in. 3.2.3 Trimming. Trimming will be required around trees, poles, towers, parking areas, roadways and all other locations/areas where the mowing operation cannot reach. The trimming is to be performed with a Weed eater? or equivalent equipment. 3.2.4 Herbicidal Weed Control. A general-purpose mixture made of two or three of the following components: 2,4-D; MCPP (mecoprop?); and dicamba (Banvel?), or equivalent broadleaf herbicidal weed control chemical, shall be applied one time per year. If ra infall occurs within 24 hours of application, a complete reapplication of the chemical shall be required, at no additional cost to the Government. Rate of application shall be as recommended by the chemical manufacture. Areas that require trimming, may be treated with Roundup?, or equivalent weed control, in-lieu of trimming, as approved by the Contracting Officers Representative, provided that at least one trimming operation has been performed prior to the application of the chemical. Special care is to b e taken at all times to not over spray or permit the Herbicide to drift such that it will harm or kill adjacent trees and or vegetation. Herbicidal weed control will not be permitted on windy days. 4. QUALITY CONTROL/QUALITY ASSURANCE: The contractor shall establish a quality control program to assure the requirements of the contract are provided as specified. The Contractors Quality Control Program shall be provided to the Contracting Officer in accordance with the Contract Report Requirements. 4.1 CONTRACTOR QUALITY CONTROL: The Contractor shall furnish a Grounds Maintenance Inspection Report (Monthly Inspection Form to be submitted to and approved by Contracting Officer or his representative before use) containing a list of all services as required by this contract for each area receiving grounds maintenance services. The Contractor or his project manager shall conduct inspections of all areas after completion of maintenance services. Inspection shall occur not less often than once each working day, to ensure all elements or required services are properly performed and the area is being maintained at a level that meets the quality and performance standards of these specifications. The Contractors maintenance person nel will initial the form upon completion of service each day, corresponding with the tasks they have individually performed that day. The Contractor or his project superintendent and supervisory personnel shall initial the form daily verifying the servic es performed were completed in accordance with and meet the quality and performance standards of these specifications. 4.1.1 Once a month, on the first work day of the month, the Contractors supervisory personnel shall provide the Contracting Officers Representative (COR) or the Governments Contract Inspector, a properly prepared inspection form. Additionally, space sha ll be provided for the Contract Inspector to make periodic general comments concerning services performed. 4.1.2 The Contractor shall arrange the maintenance inspection report, and any attached sheets, in numerical order, and deliver them to the responsible Contract Inspector no later than 4:00 p.m., the fifth work day of each month. These forms shall be use d to substantiate the Contractors monthly invoice for services rendered. Each completed form shall be endorsed by the Contractor or his duly authorized representative with the following statement: I certify all services were performed in accordance with , and meet the quality and performance standards of the specifications and all other terms and conditions of this contract. 4.2 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): The purpose of this plan is to prescribe the responsibilities, procedures, techniques, criteria and guidelines for the routine quality assurance, assessing the contractors (CTR) performance for determining p erformance under the contract for W. G. Huxtable Pumping Plant, Marianna, Arkansas. Any changes to this plan must receive prior approval from the Contracting Officer (CO). 4.2.1 Applicability: This plan, together with related contractual provisions, is applicable to and shall be used by all Government personnel involved in the surveillance of the Contractors performance. 4.2.2 Responsibilities: The overall responsibility for implementation and maintenance of this plan rests with the Contracting Officers Representative (COR). During contract surveillance, the day-to-day routine interface between the Division of Installat ion Support (DIS), Contracting Officer and the Contractor is the responsibility of the COR/ACOR. 4.2.2.1 The COR is responsible for ongoing Contractor surveillance in accordance with this plan, the contract and instructions from the Contracting Officer; acquiring data as specified in surveillance plan and other data necessary to the evaluation of the Contractors performance. 4.2.2.2 Consolidating Data: Data and preparing written reports for the Contracting Officer relative to the Contractors performance will be prepared by the COR. 4.3 CONTRACT SURVEILLANCE PROCEDURES 4.3.1 Technical Exhibit 1: Contains a Performance Requirement Summary (PRS) for each effort to be inspected. The PRS will be assigned to the COR who will be the point of contact for this surveillance and take full responsibility for this surveillance. 4.3.2 Gathering Data: The COR is responsible for gathering all required data, performing the surveillance, completing all documentation required, maintaining the surveillance folder and keeping the Contracting Officer informed of significant problems or a ccomplishments. 4.3.3 Surveillance: Each surveillance will be performed in accordance with (IAW) gui dance in this plan. If for any reason the plan must be changed it is the responsibility of the COR to head this effort. The COR may appoint Quality Assurance Evaluators (QAE) to perform Contractor surveillance 4.3.4 Surveillance Data: All surveillance data will be completed monthly and provided to the COR no later than the 10th day of the following month. 4.3.5 Conference: The COR will schedule a conference with the Contractor, the Contracting Officer and the COR after the 10th day of the month. The purpose of this conference is to discuss performance, provide direction and reach mutual solutions for reso lution. 4.4 PROCEDURES 4.4.1 Reviews and Assessments: The COR will make frequent reviews and assessments of the Contractors performance as set forth in this plan. These reviews will be based on personal observations; available data derived from reports, and other verifiable C ontractor information. 4.4.2 Deduction Formula: Line item amount x (times) bid deduction percentage x (times) number of rejections divided by the sample size equals dollars deducted for service. Example: 10,000 x 100% x 3/5 = 6,000 1.1 Grounds Maintenance The contractor shall perform grounds maintenance as described in 3.2 above, as required. 1.2 ANNUAL The contractor shall fertilize the entire 126 acre grounds area one (1) time per year, as provided in 3.2 above. The contractor shall apply a Herbicidal Weed Control program one (1) time per year, as provided in 3.2 above. Technical Exhibit 1 END SPECIFICATIONS Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1  Instructions to OfferorsCommercial Items. The Provisions at FAR 52.212-2  Evaluation-Commercial Items is applicable to this solicitation and blanks in (a) are to completed as follows: technical ability and price with technical capability being greater in importance than price. FAR 52.212-3  Offeror Representation and CertificationsCommercial Items. FAR 52.212-4  Contract Terms and ConditionsComme rcial Items. FAR 52.212-5  Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action For Workers With Disabilit ies; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration (CCR); FAR 52.222-41 Service Contract Act of 1 965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.217-8 Option to Extend Services (Nov 1999); The provisions of FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) are as follows: the Government will give the Contr actor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The total duration of this contract, including exercise of any options under this clause, shall not exceed five (5) years. FAR 52.252-2 Clauses to In corporate by Reference; 52.228-5, InsuranceWork on a Government Installation; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial ItemsF AR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alterna te III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 27 April 2005 no later than 11:00 AM central standard time (CST) at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-05-Q-0015 addressed to Ruth Woodham, Contract Specialist, Phone (901) 544-3614, Fax (901) 544-3710, email address ruth.a.woodham@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not b e eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN00791172-W 20050421/050419212313 (fbodaily.com)
 
Source
FedBizOpps.gov 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.