SOLICITATION NOTICE
S -- Landscape, Pest Control and Warehouse Maintenance
- Notice Date
- 7/31/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- RBJ00090004
- Response Due
- 8/24/2009
- Archive Date
- 7/31/2010
- Point of Contact
- Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Indian Affairs, Pacific Region has set-aside this requirement 100% for Native American owned businesses in accordance with 25 USC 47, the Buy-Indian Act and Department of Interior Acquisition Regulation to provide the necessary personnel, services and material to perform biweekly and monthly maintenance of the warehouses and grounds surround at the Sherman Yards in accordance with the statement work, to include, but not limited to, landscaping, weed abatement, warehouse maintenance, graffiti clean-up, fence repair, and pest control at Sherman Yard Facility, 3471 Jackson Street, Riverside, California 92503. Any small business concern is encouraged to submit in the event that a Native American Indian firm is determined non-responsive/non-responsible. 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; quotations are being requested and a written solicitation will not be issued. This solicitation, RBJ00090004, is issued as a Request for Quotation (RFQ) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. All responsible sources may submit a quotation which shall be considered. It is the contractor's responsibility to be familiar with the contents, conditions and site investigation contained in this solicitation. All work shall be performed in accordance with the Statement of Work. The project magnitude is between $20,000 and $50,000. Award will be made on an all or none basis. The Government will award a firm fixed price contract with a Period of Performance (POP) of 9/15/09 - 9/14/10. The resulting contract will be for one year. NON-PERSONAL SERVICES: No personal services shall be performed under this contract. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and work direction, shall be given by the applicable employee supervisor. The Contractor shall not perform any inherently Government Actions under this contract. No Contractor employees shall hold him or herself out to be a Government employee, agent, or representative. SCHEDULE OF FEES: The Contractor shall furnish all labor, equipment, materials, tools, rentals, taxes, permits, travel and overhead necessary to complete this project. GENERAL: All work shall comply with industry standards. All materials, applications practices and operations shall be conducted in a manner meeting all Federal, State and local regulations/standards. SCHEDULE: All work shall be scheduled to be mutually agreed upon between the Contracting Officer's Representative, Southern California Agency and the Contractor. INSPECTION: The government reserves the right to inspect all areas at any time of the government's choosing to ensure contractor compliance with the contract requirements. GOVERNMENT FURNISHED EQUIPMENT: There will be no government furnished equipment included under this contract. CONTRACTING OFFICER: The Contracting Officer (CO) has the overall responsibility for the administration of this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from contract payments for nonperformance, or unsatisfactory performance; terminate the contract for convenience or default; and issue final decisions regarding contract questions or matters under dispute. However, the CO may delegate certain other responsibilities to the Contracting Officer's Representative (COR). DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE: The CO shall designate a Contracting Officer's Representative (COR) at the time of contract award. The COR shall be responsible for administering the performance of work under this contract. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this contract be effective or binding upon the Government unless formalized by proper contractual documents executed by the CO prior to completion of the contract. The CO shall be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the contract, and the contract shall be modified accordingly. On all matters that pertain to the contract, the contractor shall communicate with the CO. Whenever, in the opinion of the Contractor, the COR requests effort outside the scope of the contract, the contractor shall so advise the COR. If the COR persists and there still exists a disagreement as to proper contractual coverage, the CO shall be notified immediately, preferable in writing if time permits. Proceeding with work without proper contractual coverage may result in non-payment or necessitate submittal of a contract claim. METHOD OF PAYMENT: Payments shall be processed by Electronic Funds Transfer (EFT), upon receipt of proper invoice(s). Improperly prepared invoices shall be returned to the Contract resulting in delays of payment. The original invoice with payrolls shall be submitted to: Bureau of Indian Affairs, Pacific Regional Office, Accounts Payable, 2800 Cottage Way, Sacramento, CA 95825. The following shall constitute a property prepared invoice: a) Name and address of contractor, purchase order number; b) Invoice date and number; c) Line item(s) of the fee schedule, description, quantity, unit price, and extended total per line item; d) Taxpayer Identification Number; e) Total amount for the billing period reflected in the invoice; f) Designated office and address where payment is to be made; and g) Payrolls. The government will made payment in accordance with the Prompt Payment Act (31 U.S.C. 3903). TAXES: The contract price includes all applicable Federal, State and local taxes and duties. CONTRACTOR PERSONNEL SECURITY AND SUITABILITY REQUIREMENTS: Performance of this contract requires contractor personnel to have a Federal government-issued personal identification card before being allowed unsupervised access to a Department of Interior (DOI) [facility and/or information system]. The Contracting Officer's Representative (COR) will be the sponsoring official, and will make the arrangements for personal identify verification and card issuance. At least two weeks before start of contract performance, the Contractor will identify all contractor and subcontractor personnel who will require [physical and/or logical] access for performance of work under this contract. The Contractor must make their personnel available at the place and time specified by the COR in order to initiate screening and background investigations. The following forms, or their equivalent, may be used to initiate the credentialing process: (i) Office of Personnel Management (OPM) Standard Form 85 or 85P, (ii) OF 306, (iii) Fingerprint card (local procedures may require the fingerprinting to be done at a police station; in this case, any charges are to be borne by the contractor.), (iv) Release to Obtain Credit Information and (v) PIV card application (web-based). Contractor employees are required to give, and to authorize others to give, full, frank, and truthful answers to relevant and material questions needed to reach a suitability determination. Refusal or failure to furnish or authorize provision of information may constitute grounds for denial or revocation of credentials. Government personnel may contact the contractor personnel being screened or investigated in person, by telephone or in writing, and the Contractor agrees to make them available for such contact. Alternatively, if an individual has already been credentialed by another agency through OPM, and that credential has not yet expired, further investigation may not be necessary. Provide the COR with documentation that supports the individual's status. During performance of the contract, the Contractor will keep the COR apprised of changes in personnel to ensure that performance is not delayed by compliance with credentialing processes. Cards that have been lost, damaged, or stolen must be reported to the COR and Issuing Office within 24 hours. Replacement will be at the contractor's expense. If reissuance of expired credentials is needed, it will be coordinated through the COR. At the end of contract performance, or when a contractor employee is no longer working under this contract, the Contractor will ensure that all identification cards are returned to the COR. Before starting work under this contract, a National Agency Check (NAC) will be conducted to verify the identity of the individual applying for clearance. Upon successful completion of the NAC process, an identification card will be issued and access granted. Simultaneously, a NAC with Inquiries (NACI) will be initiated to determine the individual's suitability for the position. If the NACI adjudication is favorable, nothing more needs to be done. If the adjudication is unfavorable, the credentials will be revoked. In the event of a disagreement between the Contractor and the Government concerning the suitability of an individual to perform work under this contract, DOI shall have the right of final determination. This requirement must be incorporated into any subcontracts that require subcontractor personnel to have routine and regular unsupervised access to a federally controlled facility for more than 180 calendar days or unsupervised access to a Federally controlled Level 3 or 4 information system. ATTACHMENTS: The U.S. Department of Labor, Wage Determination under the Service Contract Act dated 05/26/2009, Wage Determination No. 05-2053 (Rev 10) is applicable to this solicitation and resulting award. SCOPE OF WORK: The Bureau of Indian Affairs, Pacific Regional Office, Southern California Agency maintains six (6) warehouses located at Sherman Yard Facility, 3471 Jackson Street, Riverside, California 92503, which require maintenance. YARD MAINTENANCE: BI-WEEKLY BASIS - Landscape and weed abatement for four (4) acres of federal land which includes land located between the outer and inner fences. Contractor shall provide all labor, tools, equipment, materials, travel, permits, taxes, profit and overhead necessary. The Contractor shall provide the following landscaping on the Sherman Yard: 1) Keep all weeds cut and bushes trimmed around the entire (4) acres, to include the land between the (2) fences (inner and outer) and the land that surrounds the entire Sherman Yard including in and around all six warehouses; 2) Grass shall be mowed; 3) All trash and debris within the Sherman Yard including along the fence shall be removed; 4) All trees and shrubs within the Sherman Yard shall trimmed; 5) All weeds that grow in between concrete shall be cut; 6) Regular abatement as necessary; and 7) Fill gopher holes as necessary. WAREHOUSE MAINTENANCE: MONTHLY BASIS - Monthly: Warehouse maintenance for six (6) warehouses, graffiti clean-up & fence repair; Following are the sizes of the six (6) warehouse buildings: Building # 1 - 1,029 Sq. Ft. Building # 2 - 900 Sq. Ft. Building #3 - 2,160 Sq. Ft. Building #4 - 960 Sq. Ft. Building #5 - 2,640 Sq. Ft. and Building #6 - 480 Sq. Ft. Work shall be as follows: 1) All warehouse floors swept and washed; 2) All trash & debris disposed; 3) All windows of warehouses cleaned; 4) All warehouses free of cobwebs; 5) All rollup doors secured and kept in working condition; 6) Seal holes in and around outside of warehouses as needed; 7) Ensure lights and electrical are in working order. 8) The large gate shall be oiled on a monthly basis to prevent rust and ensures that is slides open easily; 9) Door knobs & locks are to be kept oiled and in working condition; 10) Clean graffiti/pain as needed; 11) Repair fencing as needed. When the vandals enter the Sherman, they often cut holes in the fence to enable them to enter and commit vandalism by painting graffiti on the walls of the warehouses. Any paint used must be matched to the existing color of the warehouses. PEST CONTROL: MONTHLY BASIS - Performed at all (6) warehouses and on the (4) acres of land. Treatment for rats, field mice, spiders, black widows, gophers are in and around the buildings. REQUEST FOR QUOTES: The Request for Quote MUST include: 1) The detailed method of completing the work; 2) A detailed cost, showing material, labor, equipment and other cost components which totals the monthly amount for each line; 3) A detailed list of materials, showing particulars (size, quality, color, finish, etc.); 4) A performance time lines; 5). Name, address and telephone number of three references; 6) FAR 52.212-3, Representations and Certifications and 7) Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. CONTRACT LINE ITEMS: 0001 Yard Maintenance at (12) months: $___________/per month; $___________ /total; 0002 Warehouse Maintenance at (12) months: $___________/per month; $___________ /total; 0003 Pest Control at (12) months: $___________/per month; $___________ /total; TOTAL ANNUAL COST FOR LINES 0001 - 0003 $___________. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government. The factors used to evaluate offers will be (i) Price and (ii) Past Performance [Past performance will be evaluated as positive, negative, or neutral]. All quotations shall submit at least three Points of Contact with complete name, phone number and e-mail address that can confirm relevant past performance. A quoter whose information on past performance is not available will not be evaluated positive or negative on past performance. Vendor shall have no less than three years experience in landscaping, fence repair and pest control. A site visit is highly recommended and can be arranged by contacting Elva Flores at (951) 276-6624 x224. Vendor shall be allowed to work in the area on their schedule as long as approval is granted by owner, preferably Monday - Friday, 7a.m. - 5:30p.m. Vendor shall be responsible for locating all utility and communications prior to commencing work. To be awarded this contract, the quoter must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter. The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotes along with a DUNS Number. 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 Statures or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-03, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, and 52.222-41. Required Central Contractor Registration and FAR clauses 52.219-6, Notice of Total Small Business Set-Aside, 52.228-05, Insurance-Work on a Government Installation and, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, 1452.226-71 Indian Preference Program, 1452.204-70 Release of Claims, and 1452.228-70 are applicable. The minimum insurance limits for liability shall be set at $100,000 per person, $100,000 personal injury, $200,000 per occurrence and $100,000 property damage. The minimum insurance limits for automobile shall be set at $100,000.00 per person bodily injury, $100,000.00 per occurrence bodily injury, $100,000.00 per occurrence for property damage. The minimum insurance limits for Workers' Compensation shall be the Statutory Requirements. The complete text of the Federal Acquisition Regulation (FAR) can be accessed at http://www.arnet.gov/far/. The complete text of the Department of the Interior Acquisition Regulation can be accessed at http://www.doi.gov/pam/aindex.html. The North American Industry classification (NAICS) code is 561730 and the business size maximum is $7 Million. Quotations are due no later than 2:00 pm PST, August 24, 2009 at the Bureau of Indian Affairs, Pacific Region Acquisitions Office, 2800 Cottage Way, Sacramento, CA 95825, NM 87104. Mailed and emailed quotations are acceptable. Contractors shall confirm quotes were received by closing date and time. Faxed quotations will not be accepted. Please direct all questions in writing to the Contract Specialist, Ms. Jodi R. Zachary, (916) 978-6025, email: Jodi.zachary@bia.gov. Quotations received late or with incomplete provisions may be deemed non-responsive and not considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RBJ00090004/listing.html)
- Place of Performance
- Address: Riverside, CA<br />
- Zip Code: 92503<br />
- Zip Code: 92503<br />
- Record
- SN01895306-W 20090802/090801000317-57e6b9bd45f8cdc44ba3db9f1ce0bbe0 (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 |