DOCUMENT
S -- Sources Sought Request (FY17) Grounds Maintenance Services for SDVOSB/VOSB Companies Bay Pines National Cemetery - Attachment
- Notice Date
- 12/20/2016
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
- ZIP Code
- 22556
- Solicitation Number
- VA78617N0140
- Response Due
- 12/28/2016
- Archive Date
- 2/26/2017
- Point of Contact
- Max Andrade
- E-Mail Address
-
al
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Synopsis: This announcement constitutes a Sources Sought Notice. THIS IS NOT a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The Department of Veteran Affairs, National Cemetery Administration, is seeking qualified sources to furnish all necessary labor, material, equipment and supervision to perform Grounds Maintenance Services at Bay Pines National Cemetery, 10000 Bay Pines Boulevard, St. Petersburg, FL, 33708. The purpose of this notice is to determine interest and capability of potentially qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small-Businesses (VOSB) relative to the North American Industry Classification code (NAICS) 561730 Landscaping Services. The Small Business Size Standard is $7.5 million. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will also depend on the response to this sources sought synopsis. Description: Scope of Work: The Contractor shall furnish all labor, supervision, equipment, tools, materials and supplies necessary to provide mow and trim and curb and sidewalk edging services at Bay Pines National Cemetery, St. Petersburg, FL in accordance with the attached Statement of Work (SOW). GENERAL INFORMATION a) This is a contract for cemetery turf mowing, trimming, and edging at Bay Pines National Cemetery, St. Petersburg, FL hereafter referred to as "Cemetery." (b) National cemeteries are a resting place for our nation's heroes and as such, the standards for management, maintenance and appearance of these cemeteries have been established by the National Cemetery Administration to reflect this nation's concern and respect for those interred there, The overall responsibility of the contractor shall be to plan, coordinate, organize, manage, and perform the activities described herein, which are required to maintain an acceptable appearance of the cemetery grounds. (c) Work called for under the contract includes Grounds Maintenance Services, all of which are defined later in this statement. B.3.1 CONTRACTOR SERVICES The Contractor shall provide the vehicles, equipment, tools, materials, services, and quality control as needed to accomplish the specified work for this contract. Further, the Contractor shall provide the staff, supervision, technical support and personnel to accomplish the work under this contract. The contractor shall demonstrate a clear understanding of and the sensitivity to, such environmental issues as ground water contamination, wetlands, etc., and shall be consistent and fully compliant with all applicable Federal, State, and City laws, ordinances and regulations. B.3.2 GENERAL REQUIREMENTS AND STATEMENT OF WORK The Contractor shall furnish all labor, supervision, professional expertise, equipment, to sufficiently meet the requirements to maintain a healthy and aesthetic grounds appearance in accordance with these Contract Specifications and the Performance Requirement Summary (PRS) specified herein (reference Attachment A) for work activities including 0001 Mowing, 0002 Trimming, 0003 Curb and Sidewalk Edging. All activities shall be performed i n accordance with all applicable Federal, State, and City laws, ordinances and regulations including, but not limited to OSHA standards. Any damage to turf, landscaping, sprinkler heads, infrastructure, headstones, flat markers, etc., by the Contractor shall be repaired or replaced at Contractor's expense, as directed by the COTR. B.3.3 GROUNDS MAINTENANCE SERVICE PRIORITIES All turf grass mowing, turf grass trimming, and edging work under this contract shall meet "Priority l" conditions as herein described: Priority 1-Condition similar to a high quality residential lawn under contract professional lawn care maintenance. B.3.3.1 Priority 1 Areas; A. BURIAL AREAS; All burial sections of established turf with occupied gravesites including columbarium areas. All developed land, including turf, walks, beds, planter beds, drainage ditches, and tree/shrubs within and directly surrounding the burial areas. B. SPECIALTY AREAS; High visibility areas, specifically: (1) Main Entrance, Cot1ege; (2) Public Information Assembly Areas; (3) Flag Pole Assembly Areas; (4) Public Gathering Areas; (5) Committal Shelters; (6) Administration/Maintenance Building Grounds; (7) Memorial Walkway s, and (8) All Developed Land, including (but not all inclusive) turf, walks, beds, planter beds, drainage ditches, tree/shrub, roads, and plazas within and directly surrounding the specialty areas. C. NON BVRIAL AREAS; (1) Unoccupied burial sections including areas in front of and between these sections; and (2) All Developed Land to borders and wetlands, including drainage ditches, tree/shrub. B.3.3.2 MOWING PRIORITY 1 AREAS (0001) The contractor shall begin mowing 1-2 days once notified by the COR of contract when directed by the COR. The contractor shall meet the proper maintenance requirements of all varieties of grasses. Subsequent mowing's of the turf grass areas shall occur at a mowing height of 3-3 l /2inches or as directed by the COR. At no time will more than one and a half inches (1.5) of new growth be removed at any single mowing unless directed by the COR. If any mowing event results in clumps of grass clippings lying on the turf grass, the Contractor shall immediately remove or disperse those clippings so that the clumps are no longer visible. Any clippings deposited on roadways or other non-turf grass areas will be removed immediately as the mowing event that produced them prior to moving to the next section. Any clippings deposited on headstones, flat markers, monuments, sidewalks, or at public visitor areas such as the Public Information Center, Columbarium Area, or Committal Shelter areas shall be removed at same time mowing work is occurring prior to moving to a new section. Contractor shall be familiar with and utilize different mowing patterns. Changing direction and patterns reduces turf wear providing a cleaner cut. Contractor shall clean all mowing and trimming equipment before unloading at the cemetery and between cycles. This will minimize the possibilities of weed contaminates to cemetery turf from outside mowing areas. The contractor shall take the utmost care not to damage headstones, markers, floral or commemorative items, structures, survey monuments, irrigation equipment, trees, etc while performing mowing services. The Contractor shall remove and replace all floral or commemorative items, etc. to their proper place while performing mowing services. The Contractor shall repair or replace all damaged items caused by the contractor at no additional cost to the cemetery as directed by the COR. Newly sodded or seeded areas shall be present at all newly buried gravesites, second interment gravesites, and repaired gravesite locations-this new sod or newly seeded areas must be hand mowed until they are fully established to the point where they won t be damaged by riding mowers. In addition Contractor shall be required to hand mow the area at POW/MIA Monument area, and at Pink Etowah Marble Monument area at administration building. All mowing around trees to be accomplished in a manner that prevents "ringing pattern" around the tree and associated damage to turf or trees and does not displace the mulch from around the trees or mulch beds or allow grass clippings to remain on the mulch. In all areas, vary mower wheel width patterns and mowing patterns after each mowing to prevent and avoid wheel rutting from occurring. B.3.3.3 TRIMMING (0002) The Contractor shall trim all standard turf grass areas that cannot be maintained by traditional mowing equipment. Trimming shall be accomplished with hand held devices that will cut the grass at the same 3-3 1/2 inch height as the mowed areas or as directed by the cor. Trimming shall occur around all locations of grass area edges that cannot be maintained at 3" -3Y2 height through use of mowing equipment. Care should be taken to avoid contact with headstones, markers, monuments, building walls, trees, shrubs, flowers, any other desirable plant materials, etc. or any other structure than can be damaged by contact with the trimming device' s cutting instrument. All clippings resulting from the trimming operation shall be kept on mowed turf grass areas only. Any clippings deposited on headstones, flat markers, monuments, sidewalks, mulch beds or at public visitor areas including the Committal Shelter areas shall be removed at same time trimming work is occurring prior to starting a new section. B.3. 3.4 CURB AND SIDEWALK EDGING (0003) The Contractor shall maintain a vegetation free edge approximately one-half inch wide and one inch deep along all curbs, sidewalks and roads edges throughout the cemetery. This operation should be conducted to maintain the manicured appearance desired. The required operation frequency will be determined by the COTR and the Contractor shall be compensated on a per operation cost basis. Any edgings deposited on sidewalks, or at public visitor areas including Committal Shelter areas shall be removed at same time edging work is occurring. B.3.4 WORKING CONDITIONS Work called for under this contract shall be performed primarily out-of-doors and personnel performing such work shall be exposed to wind, sun, cold, dampness, fog, and rain. These conditions, may, at times, be extreme. The Contractor shall take all precautions necessary to protect personnel employed under the contract from the elements to the maximum practicable extent. The Government expects the Contractor to perform throughout all weather conditions and to apply additional labor and equipment as needed to meet deadlines. Due to the sensitive mission of the cemetery, the work could occasionally come in contact with grieving individuals. Contractor personnel must exercise and exhibit absolute decorum, composure and stability at all times. B.3.4.1 GENERAL PARAMETERS B.3.4.2 Normal Working Hours: Normal working hours are 8:00 am - 4:30 pm, Monday through Friday. Working hours under this contract are only negotiable with the written approval of the COR. However, the Contractor may work whenever necessary to meet the Cemetery needs, including Holidays and weekends, provided that these work hours have been approved by the COR at no additional cost to the government. All work commenced during normal hours of operations that extends beyond those hours shall be prosecuted to its ultimate conclusion without interruption or stoppage, at no additional cost to the Government. The contractor should maintain an adequate work force as to complete each cycle reques1ed uninle1rnpted and in a timely fashion during the required work hours as to avoid after hours work and weekends. B.3.4.3 Cooperation with Other Contractors: The Government may undertake or award other contracts for additional work at or near the site of performance under this contract. The Contractor shall fully cooperate with other Contractors and with Cemetery personnel and shall carefully adopt scheduling and performance of the work, heeding any COTR direction. The Contractor shall participate in regular meetings with other Contractors and Cemetery personnel to coordinate contract work schedules and contract related information. B.3.4.4 Equipment Operations: The Contractor shall not operate motorized equipment or other mechanical devices that may make noise within two hundred (200) feet of ongoing interment services or other public ceremonies/services. Coordinate work activities with COR to meet this requirement. B.3.4.5 Contractor Key Personnel: The Contractor Foreman is solely responsible for staying abreast of all upcoming events at the Cemetery. A list of scheduled funerals shall be provided the day of the service. A list of scheduled ceremonies shall be provided the week prior to the event. The COR may direct the Contractor to redirect Contractor personnel away from funeral services or events, or may direct Contractor personnel to move from the funeral services or events vicinity in a timely manner. B.3.4.6 Site Clean Up: At the end of each workday, unless otherwise directed by the COR, the Contractor shall remove all trash and debris resulting from work and disposed of such in Contractor-furnished dumpsters that are emptied weekly at off-site licensed landfills. Rubbish and trash generated by the Contractor shall be kept clear of vehicular and pedestrian circulation throughout the site. Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be taken by the Contractor to give advice and reasonable protection, safety and warnings to persons and vehicular traffic within the area. B.3.4.7 Contractor Vehicles/Tractors: No heavy-duty vehicles or tractors shall be permitted to drive on turf without prior permission from the COR. The Contractor shall be responsible for repair or replacing any turf damage caused by the Contractor's wheeled or tracked vehicles or equipment as determined by the COR. B.3.4.8 Damage to Government Property: The Contractor shall be responsible to repair, replace, or reimburse the Government for property damage as a result of Contractor personnel, vehicle or equipment and materials. Government property includes, besides the standard structures and equipment, headstones, monuments, trees, beds, planters, turf, i.e., wounded trees or scalped turf, which shall be replaced or repaired at no additional cost to the Government. B.3.4.9 Notifications to the Contractor after Normal Hours B.3.4.10 The Contractor shall establish and maintain a point-of-contact to receive emergency notifications and after hours requests from the COR. The point-of-contact or after hours operation shall be available on a 24-hour basis during weekends, Federal Holidays and after the Contractor's normal hours of operation. B.3.4.11 Emergency requests shall be responded to within 1 hour and corrective action taken as expeditiously as circumstances allow. An emergency request warrants more rapid than routine response in rendering the situation to a safe or secure condition. At no additional cost to the government. B.3.4.12 Conduct of Contractor Personnel B.3.4.13 Conduct: The Contractor personnel shall be required to adhere to the following standards of dress, conduct, and training, while performing work at the Cemetery. It shall be the COR discretion to implement immediate removal of Contractor personnel from the cemetery grounds if these standards are not adhered to during contract performance. The Contractor shall be responsible for training and safety precautions, prescribed by OSHA standards regarding safety equipment and devices. The Contractor shall immediately administer any disciplinary or corrective action as required. B.3.4.14 The Contractor personnel shall be fully clothed at all times, to include an upper garment to cover the body from the waist to neck and sleeves and long pants or slacks. Garments including hats that have a message, slogan or printing of any kind other than the Contractor's business attire is prohibited. Other clothing, in question, shall require the COR written approval. B.3.4.15 The Contractor personnel shall not engage in loud or boisterous behavior; shall not use profane or abusive language, nor play radios and/or electronic games/devices; shall not smoke or chew all tobacco products at designated work areas during the performance of the contract. Due to the sensitive mission of the Cemetery, the Contractor and its employees shall come in daily contact with grieving individuals. Therefore, the Contractor shall at all times exercise and exhibit absolute decorum, courtesy and respect while within the Cemetery or at/or around the perimeter or entrances. Gratuities of any kind are strictly prohibited. B.3.4.16 The Contractor personnel shall not: (1) lean, sit on or against headstones markers or monuments; (2) sleep or otherwise lay, rest or be idle in a manner that reflects unfavorably on the Government or the Contractor; (3) perform work of any nature on privately-owned vehicles/equipment, within the cemetery's confines, to include the washing of vehicles/equipment. B.3.4.17 Food and beverages shall be consumed only within areas designated by the COR. Use or sale of intoxicating beverages and/or drugs is strictly prohibited. The Contractor personnel shall follow the Cemetery Smoking Policy that is available at the Cemetery's Administration Building. B.3.4.18 The Cemetery shall provide to the Contractor personnel restroom facilities at areas designated by the COR. Breaks and lunch periods shall be taken at areas designated by the COR, not in the field. Any misconduct listed above shall be immediate cause for removal from the Cemetery Premises. B.3.4.19 CONTRACTOR-FURNISHED ITEMS The Contractor shall furnish all tools, equipment, and materials required for the performance of this contract to include but not limited to the following: B.3.4.20 Items of equipment, materials necessary to perform work as required under this contract shall be furnished, maintained and operated by the Contractor and shall be consistent and fully compliant with all Federal, State, County, City, laws, ordinances and regulations, ensuring all motor vehicles meet State inspection, registration and insurance requirements. B.3.4.21 Materials and supplies stored and provided by the Contractor shall be consistent and fully compliant with all Federal, State, County, and City laws, ordinances and regulations. The Contractor shall not store fuel on Cemetery property. The Contractor shall provide to the Government all labels and MSDS information for stored materials and supplies on Cemetery property used in the performance of the contract. No onsite storage for anything pertaining to this contract (equipment, material, supply, etc.). B.3.4.22 The Contractor shall be aware of the requirements needed to perform all work under the contract. If the Contractor's workforce is unionized, the Contractor shall insure that the Union contract between his employees has a no strike clause to ensure continuance of all work routinely performed under the contract. B.3.4.23 Safety - Matters related to safety, and any Contractor's actions, must meet all safety requirements of Bay Pines National Cemetery's Safety Officer, Department of Veterans Affairs, OSHA, and the State of Florida. The Contractor is responsible for being familiarized and kept abreast of all safety requirements. B.3.4.24 GOVERNMENT-FURNISHED ITEMS B.3.4.25 The Government will provide maps, drawings, and minimal technical support. No onsite storage for anything pertaining to this contract (equipment, materials, supply, etc.). B.3.4.26 The Government will provide, in an as-is condition, electricity, and water, if available, at the designated work sites and to be used solely to meet the contract requirements. No onsite storage for anything pe1taining to this contract (equipment, materials, supply, etc.). B.3.4.27 The Contractor shall assume responsibility and accountability of the facility provided for its use and shall take adequate precautions to prevent hazardous product spills, fire hazards, odors, and unsanitary conditions and shall be consistent and fully compliant with all applicable Federal, State, County, and City law, ordinances and regulations. The Contractor shall obtain the COTR written approval before making any modifications or alterations to the facility. Any such modifications or alterations approved by the COR shall be at the Contractor s expenses. No onsite storage for anything pertaining to this contract (equipment, materials, supply, etc.). B.3.4.28 At completion of the contract, the facility shall be returned to the Government i n the same condition as received at the expense of the Contractor, except for reasonable wear and tear. B.3.5 More than one Contractor may have access to the COR designated Storage Area. The Government will not be responsible for any costs, repairs, or replacement of Contractor(s) property that is damaged, stolen or lost. B.3.5.1 CEMETERY DATA (Quantities are approximate, field confirm prior to bid) Item Base Year Option 1 Option 2 Option 3 Option 4 Concrete Sidewalk to be edged (lf) 2,025 2,200 2,200 2,200 2,200 Concrete curbs to be edged (lf) 5,700 5,700 5,700 5,700 5,700 Approx. Turf Acreage to be mowed approximately 27 acres *Recommend Field confirm exact mowing quantity prior to submitting bid.* B.3.6 RESERVED B.3.7 RESERVED B.3.8 PRE-PERFORMANCE MEETING Prior to commencing work, the Contractor shall meet with the Contracting Officer and COR, at a time to be determined by the Contracting Officer, to discuss and develop mutual understandings relative to scheduling and administering work. The Contractor shall submit a current insurance certificate to the Contracting Officer prior to the pre-performance meeting. B.3.9 WORK SCHEDULES/REPORTING AND RECORD KEEPING (a) The Contractor shall arrange his/her work so as not to interfere with cemetery operations. All work schedules shall be submitted to, and approved by, the COR. Whenever nonessential services have been scheduled on the date a holiday occurs, such services shall be performed on the following working day or as directed by the COR. (b) Daily Report: The Contractor shall submit a detailed report of completed services each workday to the COR, prior to 9:00 a.m. on the following workday in the Cemetery Administration Building not by email. The report shall, at a minimum, describe the exact location(s) where services were performed the previous workday, where they shall be performed the current workday, the number and types of personnel performing the work, the type of service, quantity of work completed, quality control comments, a status report of all major mowing equipment, and any other pertinent information. B.3.10 GENDER For the purpose of equal rights, wherever the masculine gender is used in this solicitation, and the resulting contract, it shall be considered to include both masculine and feminine gender. B.3.11 CONSEOUENCES OF CONTRACTOR' S FAILURE TO PERFORM REQUIRED SERVICES: (a) Contract Discrepancy Report (CDR) i. For serious contract performance deficiencies, or when less formal communications fail to resolve minor performance deficiencies, the COR will issue a Contract Discrepancy Report (CDR) to the Contractor. The criticality of the offense(s) will govern whether to issue the CDR immediately or at the end of the monthly invoicing period. ii. The CDR will require the Contractor to respond in writing why the performance was unacceptable, what corrective actions have been/will be taken to fix the discrepancy, and how avoidance of a recurring problem will be prevented in the future. iii. If the Contractor does not achieve satisfactory performance by correcting the discrepancy identified in the CDR by the end of the next period or agreed suspense date, further actions may be considered by the Contracting Officer, to include a determination on whether continued performance by the contractor is feasible. iv. The contractor shall be held to the full performance of the contract. The COR will not approve the payment of invoices for items which were not completed in compliance with the specifications outlined in this Statement of Work. v. When a CDR is issued for a service, the Contracting Officer and/or the COR may exercise any contractual remedy available for non-performance, in accordance with FAR 52.212-4, "Inspection and Acceptance ". vi. The COR will consult the Contracting Officer prior to submission of CDRs and also include the Contracting Officer on all correspondence pertaining to the CDR until the discrepancy is resolved vii. If the Government created any of the discrepancies, these will not be counted against the Contractor's performance. When the Government has caused the Contractor to perform in an unsatisfactory manner, the COR will forward a written notice to the responsible organizational element requesting corrective action be taken. Submission requirements for responses to this sources sought synopsis: VOSB/SDVOSB offerors interested in submitting a quote for this project, if it is formally advertised, must be registered and be verified in the www.vip.vetbiz.gov website and must provide the correct NAICS code to include the Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) number, name of the firm, address, phone and point of contact. Where to send responses: Point of Contact: Max Andrade Email: Max.Andrade@va.gov Response Deadline: December 28, 2016, 4:00 PM, EST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617N0140/listing.html)
- Document(s)
- Attachment
- File Name: VA786-17-N-0140 VA786-17-N-0140.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3171927&FileName=VA786-17-N-0140-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3171927&FileName=VA786-17-N-0140-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA786-17-N-0140 VA786-17-N-0140.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3171927&FileName=VA786-17-N-0140-000.docx)
- Place of Performance
- Address: Bay Pines National Cemetery;10000 Bay Pines Boulevard;St. Petersburg, FL, 33708
- Zip Code: 33708
- Zip Code: 33708
- Record
- SN04356115-W 20161222/161220234450-015ec61243abcaf7dfab589dba5030d1 (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 |