MODIFICATION
S -- Landscaping at Crops Research Laboratory - Revised SOW
- Notice Date
- 3/26/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Agricultural Research Service - Plains Area
- ZIP Code
- 00000
- Solicitation Number
- 128KAP18Q0004
- Archive Date
- 4/4/2018
- Point of Contact
- Shannon A Colgan,
- E-Mail Address
-
shannon.colgan@ars.usda.gov
(shannon.colgan@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The USDA, Agricultural Research Service (ARS) requires clearing and cleaning the landscape at the Crops Research Laboratory (CRL). This is a Combined Synopsis/Solicitation announcement for commercial item 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; Solicitation number 128KAP18Q0004 (See Attached Solicitation) is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005‐96 corrections. North American Classification Coded (NAICS) 561730, Landscaping Services, is applicable. To allow for sufficient competition this announcement is not a set‐aside for Small Business Concerns. ARS SMSBRU CRL is in need of clearing and cleaning the landscape at the Crops Research Laboratory (CRL). The Contractor shall furnish all labor, materials, tools, equipment, supervision, and applicable licenses and permits necessary to perform the following services. All material is to be removed from site and recycled or disposed of in accordance with City of Fort Collins guidelines. The work includes: Tree Trimming: 1) Remove low juniper shrubs to expose sidewalk outside of the main laboratory building on west side of property. Debris Removal: 1) Remove overburden (soil, clippings etc.) to level with existing curb and match contour of slope down to irrigation ditch. This extends east from the shop building to the break in concrete curb where the rocked in drain path. Clean gutters and asphalt of dirt after leveling. Note‐ This is for only the first year of the contract. Additional Maintenance Work‐ period of performance is from 4‐15‐18 to 10‐31‐18. Landscape maintenance of grass, shrubs, and ornamental plants. 1) Contractor shall mow approximately 2500 sf of improved lawn in a competent and professional manner, with a mulching mower. This area is located by the main entrance and along the north side of the facility. Grass shall be cut to a length of 2.5 to 3 inches tall, and no more than 1/3 of the leaf blade shall be cut at one time. Contractor shall determine the interval between mowing to maintain proper grass length for the species of grass present. 2) The parties shall consult from time to time concerning the length and appearance of the lawn. 3) Apply fertilizer and pesticides appropriate for the lawn on a monthly basis. 4) Keep bushes and shrubs neatly trimmed. 5) Contractor is not responsible for replacement of trees, shrubs or other plants which are lost due to theft, aberrant weather, or disease. 6) Contractor shall cut the grass and other vegetation in unimproved area on south side of the property along the driveway on a monthly basis. The height of grass is to be no greater than 4" after cutting. 7) Maintenance includes trimming of annual grasses prior to emergence of new growth, laying in additional gravel/ aggregate (government supplied) in thin spots in the xeriscape areas, weeding xeriscape areas and gravel paths monthly, and cleanup of leaves in the front beds at beginning and end of contract period. Pricing should be quoted for one (1) year. We would like the option to renew on a yearly basis for a total of a five (5) year contract, and you may build in annual cost increases. Quotes will be evaluated on a total contract cost reasonableness basis. Please specify in your quote if payment is to be made monthly or quarterly in arrears of Service. Invoicing should be provided during service months, not spread over non‐service months. No wage reports will be due for months of non‐service. Please price as follows: BASE YEAR: 4/15/2018 - 10/31/2018 $__________________ OPTION YEAR #1: 4/15/2019 - 10/31/2019 $__________________ OPTION YEAR #2: 4/15/2020 - 10/31/2020 $__________________ OPTION YEAR #3: 4/15/2021 - 10/31/2021 $__________________ OPTION YEAR #4: 4/15/2022 - 10/31/2022 $__________________ TOTAL CONTRACT PRICE: $__________________ All awarded vendors must be registered in SAM.gov prior to final award of a contract. The "Submit Invoice‐to" address for USDA invoices is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in future communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment‐vendors.htm to establish your account. Current SCA wages were provided with the solicitation. See attached WDOL for possible related rates. 11090 ‐ Gardener $18.62 11210 ‐ Laborer, Grounds Maintenance $13.65 11260 ‐ Pruner $12.24 11270 ‐ Tractor Operator $16.36 Delivery will be to 1701 Centre Avenue, Fort Collins, CO 80526 The Government anticipates award of a firm fixed price contract on or about April 6, 2018. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA/ARS will provide no hard copies. The successful company must mandatorily be registered in the SAM (System for Award Management) at web site: www.sam.gov. Address ALL questions in WRITING to the issuing office via email to Shannon.Colgan@ars.usda.gov No Later Than 3/19/2018 @ 1700 MST. No telephone inquiries will be accepted. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. The "Submit Invoice‐to" address for USDA invoices is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in future communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment‐vendors.htm to establish your account. All sources wishing to provide a quotation must respond by 1000 AM MST, April 3, 2018. Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204‐7 System for Award Management: AGAR 452.204‐70 Inquiries; FAR 52.209‐6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212‐1 Instructions to Offers‐Commercial Items; FAR 52.212‐2 Evaluation‐ Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212‐4 Contract Terms and Conditions‐Commercial Items; FAR 52.212‐5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders‐Commercial Items; AGAR 452.219‐70 Size Standard and NAICS Code Information; FAR 52.222‐3 Convict Labor; FAR 52.222‐19 Child Labor ‐ Cooperation with Authorities and Remedies; FAR 52.222‐21 Prohibition of Segregated Facilities; FAR 52.222‐26, Equal Opportunity Employment; FAR 52.222‐36 Affirmative Action for Workers with Disabilities; FAR 52.222‐50 Combating Trafficking in Persons; FAR 52.223‐18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225‐13 Restrictions on Certain Foreign Purchases; FAR 52.225‐25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran‐Reps and Certs; FAR 52.232‐33 Payment by Electronic Funds Transfer‐Central Contractor Registration; FAR 52.233‐3 Protest After Award; FAR 52.233‐4 Applicable Law for Breach of Contract; FAR 52.252‐1 Solicitations Provisions Incorporated by Reference; FAR 52.252‐2 Clauses Incorporated by Reference.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7cfa98eb9ec85508ae92d8cd66aff711)
- Place of Performance
- Address: 1701 Centre Avenue, Fort Collins, CO 80526, United States
- Zip Code: 80526
- Zip Code: 80526
- Record
- SN04867036-W 20180328/180326231403-7cfa98eb9ec85508ae92d8cd66aff711 (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 |