Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2007 FBO #1920
SOLICITATION NOTICE

99 -- This is a combined synopsis/solicitation for Lawn Care Services/landscaping/grounds maintenance.Responses need to be received by 12 March 2007 at 11:00AM PST.

Notice Date
2/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-T-0010
 
Response Due
3/12/2007
 
Archive Date
5/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of commercial service, prepared in accordance with the format in FAR 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 W911S8-07-T-0010 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in e ffect through Federal Acquisition Circular 2005-15 and DCN 20061004. This requirement is restricted for small businesses only. The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http://farsite.hill. af.mil. Telephonic inquires will not be accepted. A NAICS Code of 561730 and a corresponding size standard of$6.5M. The description of the commercial services is for Lawn Care Services/Landscaping Services and reads as follows: CLIN 0001  Lawn Care Se rvice Commercial landscape maintenance on 5.5 acres of lawn area in accordance with the attached Statement of Work. From April 1, 2007 through December 31, 2007 CLIN 0002: 1 each Contract Manpower Report. See below for Services Contract Manpower Reporting Requir ement. First Option Year CLIN 1001 Lawn Care Service Commercial landscape maintenance on 5.5 acres of lawn area in accordance with the attached Statement of Work. From January 1, 2008 through December 31, 2008 and CLIN 1002 1 each Contract Manpower Report . See below for Services Contract Manpower Reporting Requirement. Second Option year CLIN 2001 Lawn Care Service Commercial landscape maintenance on 5.5 acres of lawn area in accordance with the attached Statement of Work. From January 1, 2009 through Dece mber 31, 2009. and CLIN 2002 1 each Contract Manpower Report. See below for Services Contract Manpower Reporting Requirement. Third Option Year CLIN 3001 Lawn Care Service Commercial landscape maintenance on 5.5 acres of lawn area in accordance with the at tached Statement of Work. From January 1, 2010 through December 31, 2010 and CLIN 3002 1 each Contract Manpower Report. See below for Services Contract Manpower Reporting Requirement. Past Performance information is maybe required in accordance with the f ormat contained in the attachments to this quote, available at the Fort Lewis Web Site: http://www.lewis.army.mil.doc/ Any contract entered into resulting from this request for quotations will be made to a responsive, responsible quoter using a SF1449.STAT EMENT OF WORKLandscape Maintenance1 Special Forces Group (Airborne) Fort Lewis, WA,*To schedule a site visit you must contact CPT Yablonski at 253-310-5088. Site visits will be conducted Monday thruough Friday from 0730-1600 hours excluding holidays and we ekends.*Site visits will begin Febraury 27, 2007 through March 9, 2007. 1. Objective. To provide commercial landscape maintenance on 5.5 acres of lawn area on 1st Special Forces compound. 2. Contractor service to provide. Commercial landscape maintena nce on 5.5 acres of lawn area. Vendor will mow all lawn area and trim lawn edges (adjacent to buildings 9190, 9181, 9175, 9176, 9177, 9178, ), sidewalks, walkways and curbs. Will also provide a blower to clear all hard surfaces of debris on all common path areas and trim shrubs as needed. Cleanup and disposal of leaf and other organic debris from lawn area and hard surfaces will be the responsibility of the vendor. 3. Schedule. The Vendor will conduct 2 visit per month in the months of May thru August, and once a month from Sept through April to conduct lawn care. Target task outline is the minimum lawn care provided but vendor will ensure the lawn area outline in this contract is kept clean and trimmed. December , January, February, March, April:a. Mow lawn and string trim the grass areas of buildings mentioned above.b. Edge all lawn areas, sidewalks, walk ways and curbs,c. Use blower on all hard s urface September, October and November, a. Mow lawn and string trim the grass areas of buildings mentioned above,b. Edge all lawn areas, sidewalks, walk ways and curbs,c. Use blower on all hard surface d. Rake leaves (October and November),May thru August:a. Mow lawn and string trim the fence line b. Edge all lawn areas, sidewalks, walk ways and curbs,c. Use blower on all hard surface d. Herbicide sidewalk cracks, around buildings and fence lines,4. Personnel. This is a non-personal services contract. The individual utilized in the performance of the contract shall be an employee of the contractor and shall not be construed to be an employee of the Government.4.1. Conduct Of Contractor Personnel. The Contractor shall be responsible for the performance and conduct of the Contract employee at all times. The person employed by the Contractor in the performance of this Contract, or any representative of the Contractor entering the Installation and 1 Special Forces Group compound, shall abide by the security regulations listed in the Contract and shall be subject to such checks by the Government as deemed necessary. 4.2. Personnel Remova l. Government rules, regulations, laws, directives, and requirements which are in place or issued during the Contract term relating to law and order, Installation administration, and security on the Installation shall be applicable to all Contractor emplo yees or representatives who enter the installation. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Such removal of employees does not relieve the Contractor from the requirement to timely perform Contract tasks. 5. Security Measures and Access Requirement. Do to the sensitivity and discreet nature of the unit, security measures must be adhered to by the contractor. The contra ctor shall provide all security and Federal / State background checks of employees as requested by unit. Vendor will provide a by name list of all employees executing this contract. Any substitution of employees must be made 24 hours before entry and name provided to unit point of contact. Contractor employees will have 2 pieces of valid identification (one being a photo ID) on their person at all times and provide to unit representative when asked. Contractor employees are restricted entry to all buildings except the dinning facility which vendor employees are authorized to purchase sustenance. There will be NO PHOTO CAPTURING DEVICES ALLOWED ON THE GROUNDS BY VENDOR EMPLOYEES! This includes video cameras, cell phones, audio reorders or any devices that may compromise the security of the compound. Vendor employees will not solicit any information regarding to the nature of Army business, soldier personal information, work conditions or missions. Any violations of the security measures will void the contract immediately and will be subject to military and civilian law.6. GENERAL TASKS: The Contractor shall provide the following personnel:6.1. Must know how to perform and execute all aspect of lawn maintenance as agreed in the contract. Will wear reflective ma terial (vest or belt), protective eyewear, and hearing protections is the minimum personal safety standard on the compound. 6.2. Instillation and Performance Evaluation.6.2.1. The Contractor will insure that all lawns / turf areas will be mowed during the months of May thru October and as necessary during the months of November thru December to prevent a shaggy appearance. Lawn s will be cut to 1 inch height as possible but consistent with the lawn contour to avoid a scalped look.6.2.2 The Contractor will edge all the edges of the lawn contour, power edging will be done as required throughout the year to keep the edges clean and overgrowth on the fence line to 1 inch standard.6.2.3. Fertilization of all lawn area will be requested by the customer, in writing and considered a bid option. Fertilization shall be done in accordance with recommended standard and practices to include at least 6-8 pounds of nitrogen per 1000 sq. ft. per year.6.2.4. In order to keep shrub reasonably weed and moss free the customer will request this in w riting and will be considered a bid option. This may be done by mechanical or chemical means. Contractor will notify Unit POC to obtain approval for any additional charges to this contract.6.2.5. If any aspects of performance that is not in conformity wi th the requirements of the contract, the Government will have the right to issue the contractor a Contract Discrepancy Report (CDR).6.2.6. Upon presentation of a CDR by the Government, the contractor shall explain to the Contracting Officer in writing, wit hin one (1) normal workday of his receipt of a CDR, how performance will be returned to conformity, and how recurrence of the problem will be prevented in the future.6.2.7. The Contractor will notify Unit POC, for approval, of any additional lawn care that will concure the government of any additional cost or charges.7. Contract Terms. Access to the regulations and manuals listed below can be obtained through web sites listed below:7.1. This is a fixed price contract for a period not to exceed 12 months.7.2 . This contract is fully funded, up front (not paid monthly). The entire amount of funds would be obligated for the total amount of the contract and need not be de-obligated at the end of the current fiscal year.7.3. This PDC/ LOA would be used for the ent ire period of performance, across SERVICES CONTRACT MANPOWER REPORTING REQUIREMENT ( for CLIN 0002, 1002,2002 and 3002)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 sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all information in the format using the following address: https://cont ractormanpower.army.pentagon.mil. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance may be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Governme nt may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Of ficer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, p roposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation,quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Pr oposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Identification of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Comm erce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Acc ess Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding f ederal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays , and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor s hould anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concre te or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On w eekends large vehicles (needing greater than 12'-5 inch clearance) will require a time stamped searched label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5 inch in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gat e. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainie r Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. Local clause 52.111-4132 states: a. Each employee who requires access to Fort Lewis to pe rform work under any contract, at any tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requi res access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Main (Libert y) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor employees if the contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide information a s required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any s et-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access identification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however , if the contractor employee does not meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Government i nstallation because he/she does not have the required identification badge or visitors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badges are i ssued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such l oss, theft, or reproduction is discovered, followed by a written report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identification badge while performing work under the contract. The identification badge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be used for acc ess to any Government installation except for performance of work under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The fi nal invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor w ill be notified by the Contracting Officer as to whether the fast access identification cards will remain valid (and, if so, for how long) and which gate(s) may be used for access to the installation. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with th e Government utilizing electronic mail. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certi fications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement St atutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37 , 52.222-9, 52.225-13, and 52.232-33. FAR clauses 52.219-6, Notice of Total Small Business Set-Aside is applicable. Wage Determination 05-2567, Revision 02 for Pierce County, Washington is applicable to this acquisition, at www.wdol.gov . The complete text of the Federal/Defense Acquisition Circulars is available at the following internet site: http://farsite.hill.af.mil. Telephonic inquires will not be accepted. The Contracting Officer is not responsible for locating or obtaining any information not ident ified in the quote. The minimum salient characteristics for CLIN 0001, 1001, 2001, 3001 are: Lawn Care Services (refer to the Statement of Work)CLIN 0002, 1002, 2002,3002 Contract Manpower Report refer to the Statement of Work) DFARS 252.212-7001, Contrac t Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225.7001 and 252.225-70 01. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: 52.252-2 Clause Incorporated by reference (1998): Quotes are due on March 12, 2007 at 11:00:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to MAJ Rober t Centeno, robert.j.centeno@conus.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Con tracting Office web site at http://www.lewis.army.mil/doc. Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01239158-W 20070228/070226225603 (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.