Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2020 SAM #6660
SOLICITATION NOTICE

S -- Tree Trimming, Planting and Stump Removal

Notice Date
2/21/2020 9:13:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0416
 
Response Due
3/9/2020 8:59:59 PM
 
Archive Date
05/08/2020
 
Point of Contact
Ositadima Ndubizuositadima.ndubizu@va.gov
 
E-Mail Address
Ositadima.Ndubizu@va.gov
(Ositadima.Ndubizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Tree Trimming, Planting and Stump Removal 1.b. Description: VA Loma Linda Healthcare System is seeking a contractor to plant 30 trees, remove 10 trees, prune, balance and trim 126 trees, grind 28 stumps and install 90 drip irrigation emitters. 1.c. Project Location: VA Loma Linda Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0416. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 561730, Landscaping Services. 1.g. Small Business Size Standard: $7.5 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: 60 days 1.j. Wage Determination applicable to this project: General Decision Number: CA20200026 Modification 2 1k. Job walk will be conducted at 0930am on Wed, February 26th, 2020. Participants will meet with the COR, William Jackson, in the main lobby (by the Starbucks) of the VA Loma Linda Healthcare System. Please email Ositadima.ndubizu@va.gov to indicate intent to participate. 1.l. Request for Information (RFI) should be submitted via email no later than 1pm PST Friday February 28th, 2020 to Ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Loma Linda Healthcare System is seeking a contractor to plant 30 trees, remove 10 trees, prune, balance and trim 126 trees, grind 28 stumps and install 90 drip irrigation emitters. 2.2. Background. The tree trimming portion of the project is required to ensure that the campus trees are trimmed and shaped to standard. The trees will need hazardous branches removed so we do not have a safety concern and balancing prevents any future tree hazards. The previous dead trees were removed, and the stumps identified will require to be removed and grinded. Previous dead trees were removed, and the new ones will require to be planted. Current identified dead trees will need removal and stump removal. 2.3. Scope Tree Planting: Conduct the planting of thirty trees in locations to be identified by the Loma Linda VAMC grounds staff. The locations provided in attached document, will be picked in accordance with the VA master landscaping plan for Loma Linda VAMC also attached document. Interior trees will be ornamental Pink flair cherry trees (Prunus sargenti) at a count of six trees. Exterior parking lot trees at a count of twenty-four will be Quercus agriflolia (coast live oak). (Substitute trees can be determined if any factors prevent the usage of the two identified trees, it will be approved by VA FMS Grounds staff and the COR.) Preparation Examine and verify substrate suitability for product installation. Protect existing construction and completed work from damage. Examine areas to receive planting for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. Stake plant material locations and bed outlines for COR's approval before any plant pits or beds are dug. COR may adjust plant material locations to meet field conditions. Contractor to identify and review all underground utility locations before commencing work and exercise caution when working close to utilities. Notify COR of apparent conflicts with construction and utilities to plan adjustment before installation. (VA will furnish as built plans to assist in location of dry and wet utilities for the campus, see attached). Tree Trimming/Pruning: Do not prune new plants unless otherwise directed by arborist and approved by the COR. Prune indicated existing plant material as follows: Remove dead, broken and crossing branches. Make cuts with sharp instruments as close as possible to branch collar. Do not make flush cuts. Do not make ""Headback"" cuts at right angles to line of growth. Do not pole trees or remove leader. Remove trimmings from project site. Do not apply tree wound dressing to cuts. Prune existing trees as indicated by the VAMC. Perform tree pruning and cavity work by licensed arborist according to ANSI�Z133.1. Remove 13�mm (1/2�inch) diameter or larger dead wood, branches interfering with or hindering healthy growth of trees, and diseased branches with clean cut made flush with branch collar. Prune trees according to their natural growth characteristics leaving trees well shaped and balanced. Use of climbing spurs is not acceptable. Remove stubs or limbs improper cuts or breaks. See attached VAMC tree roster for the trees to be trimmed/pruned and the locations that will be marked by VAMC staff. Attached VAMC tree roster indicates the quantity and type of tree requiring pruning/trimming. See below for tree listing. Trees to be pruned/trimmed by contractor will be identified by VAMC staff and the quantity which is a total of 126 trees to be trimmed/pruned. Cleaning Remove and legally dispose of all debris, rubbish, and excess material from project site. Where existing or new turfgrass areas have been damaged or scarred, restore disturbed areas to original condition. In areas where planting and turfgrass work have been completed, clear the area of all debris, spoil piles, and containers. Maintain a minimum one paved pedestrian access route and one paved vehicular access route to each building clean at all times. Clear other paved areas when work in adjacent areas are completed. Irrigation Work: Drip system and irrigation work will be required to properly water the newly planted thirty trees. Existing conditions have nearby main isolation control valves to tie new drip system into and Rainbird controllers will be required as well. Submittals: Submittal Procedures: Section 01�33�23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. Submittal Drawings: Show size, configuration, and installation details. Show complete detailed irrigation layout covering design of system showing pipe sizes and lengths; fittings; locations; types and sizes of sprinklers; controls; backflow preventers; valves; location and mounting details of electrical control equipment and shows complete wiring diagram showing routes and wire sizes for; power, signal and control wiring details and connections to water supply main. Do not start work before final shop drawing approval. Manufacturer's Literature and Data: Description of each product. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. Include zone chart and controller timing schedule showing each irrigation zone and its control valve; and show time settings for each automatic controller zone. Installation instructions. Warranty. Extra Materials: Show labels describing contents. Bubblers Emitters for each tree three per tree for a total of ninety. Drip Tube System Tubing of total length installed for each type and size indicated. Certificates: Control systems. Show control system is UL�Listed for specified application. Qualifications: Substantiate qualifications comply with specifications. Irrigation Installer. Service provider. Delegated Design Drawings and Calculations: Signed and sealed by responsible design professional. Operation and Maintenance Data: Start up, maintenance, troubleshooting, emergency, and shut down instructions for each operational product. Warranty: Construction Warranty: FAR clause 52.246 21, ""Warranty of Construction."" Automatic Control Equipment Independent with No Flow Sensor Control Equipment: NEMA�ICS 2 with 20 volt single phase service, operating with indicated station, and ground chassis. Provide enclosure NEMA�ICS 6 Type 3R, with locking hinge cover, wall mounted, or pedestal mounted. Independent Electric Controller with No Flow Sensing (For Small Installations): Programmed for various schedules by one controller to operate individual remote-control valve, with manufacturer's standard components. Sprinkler heads: Drip Emitters: Pressure compensating, permanently assembled type with 13�mm (1/2�inch) FPT inlet, capable of providing 3.8 L/min. (1�gpm) at inlet pressures between 100 and 340�kPa (15 and 50�psi). Emitter Distribution Tubing: Constructed of UV resistant vinyl material, 5.5�mm (0.22�inch) O.D. and 4�mm (0.16�inch) I.D., manufactured by same manufacturer as drip emitters. Low�Voltage Control Valve Wire Wire: NFPA�70, solid copper wire, minimum1.8�mm (14 gage), UL�LLC approved for direct burial in ground. Low�Voltage Controller Cable Multi strand cable, UL approved for direct burial in ground, size and wire type according to manufacturer s recommendations. Tracer Wires Tracer Wires: Plastic coated copper tracer wire, 1.8�mm (14 gage), green, Type TW, installed with non metallic irrigation main lines. Splicing Materials Epoxy waterproof sealing packet. Accessories Valve Box: Precast concrete with compressive strength in excess of 30�MPa (4,000�psi). Provide valve boxes suitable and adjustable for valve used. Cast word Irrigation on cover. Stencil controller and circuit numbers with permanent white epoxy paint. Letters minimum 75�mm (3�inches) height. Valve Box in Plant Bed Areas: HDPE structural foam Type A, Class III. Color: Green. Size: Minimum 480 (19�inches) long by 355�mm (14�inches) deep with key lockable hinged cast iron cover. Drip Zone Lateral Flush Cap Assembly: HDPE round reinforced plastic valve box and lid with lift hole, minimum 145�mm (5 3/4�inches) diameter top opening and 230�mm (9 1/16�inches) minimum height. Emitter Access Boxes: UV resistant thermoplastic round plastic boxes with lid, tan in color. Top diameter 125�mm (5�inches) and 260�mm (10 1/4�inches) high, minimum. Backflow Preventer: ASSE�1013.Provide reduced pressure principle backflow preventer at each new connection to water distribution system. Excavation Got Irrigation: Preparation: Examine and verify substrate suitability for product installation. Protect existing construction and completed work from damage. Examine proposed irrigation areas for compliance with requirements and conditions affecting installation and performance. Set stakes to identify locations of proposed irrigation system. Obtain Contracting Officer s Representative's approval before excavation. Installation General Install products according to manufacturer's instructions and approved submittal drawings. When manufacturer's instructions deviate from specifications, submit proposed resolution for Contracting Officer's Representative consideration. Perform excavation, trenching, and backfilling for sprinkler system as specified in Section 31�20�00, EARTHWORK Emitter Hose Installation Joint: Solvent weld connection. Install line size by 9�mm (3/8�inch) insert bushings adapters from PVC Schedule 40 fittings to flex vinyl hose. Drip Irrigation Specialty Installation Install drip heads. Connect drip head to rigid PVC nipple drip head stake, and/or directly to tubing. Attach tubing to barbed fitting and daylight distribution tubing at root ball secured with stake. Add bug cap at end of secured distribution tubing. After installing drip heads and before operating system, open end of drop lateral and flush lines clean. Limit number of drip heads on line according to manufacturer's recommendations for hose or distribution tubing size and length. Automatic Irrigation - Control System Installation Determine exact location of controllers in field before installation. Coordinate electrical service to these locations. Install according to manufacturer's instructions and NFPA 70. Control Wire Installation Install electric control cable in trenches with new mains or in separate trench at back of curb, unless cross country route is indicated on Drawings. Locate in trench with mains when possible on cross country routes. Install wiring bundles located with piping 50�mm (2�inches) below bottom of pipe. Color code each wire in bundle differently. Bundle multiple wires and tape together at 4570�mm (15�foot) intervals. Tag wires at controllers and control valve location with plastic tie wire tags. Provide same number and color of wire at each end. Hold splicing to minimum. Provide pull box at each splice. No splices will be allowed between field located controllers and remote-control valves. Field Quality Control Special Inspections and Tests: Field Tests and Inspections: Performed by testing laboratory specified in Section 01�45�29, TESTING LABORATORY SERVICES. Pressure test lines before joint areas are backfilled. Backfill minimum of 300�mm (12�inches) over pipe to maintain pipe stability during test period. Test piping at hydraulic pressure of 1030�kPa (150�psi) for two hours. Maximum Loss: 3 L/25 mm pipe diameter/300�m (0.8 gallons per inch pipe diameter per 1,000 feet). Locate pump at low point in line and apply pressure gradually. Install pressure gage shut off valve and safety blow off valve between pressure source and piping. Inspect each joint and repair leaks. Repeat test until satisfactory results are achieved and accepted by Contracting Officer's Representative. After testing, flush system with minimum 150 percent of operating flow passing through each pipe beginning with larger mains and continuing through smaller mains in sequence. Flush lines before installing sprinkler heads and quick couplers. Charge system and test for leaks after installation. Repair leaks and retest until no leaks exist. After electrical circuitry has been energized and final adjustment of sprinkler heads is complete, test each sprinkler section by pan test and visual test to indicate uniform distribution within any one sprinkler head area and over entire area. Operate controllers and automatic control valves to demonstrate complete and successful installation and operation of all equipment. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. Any irrigation product will be considered defective if it does not pass tests and inspections. Prepare test and inspection reports. Protection Protect irrigation system from traffic and�construction operations. Remove protective materials immediately before acceptance. Repair damage. Construction Warranty: FAR Clause 52.246 21, ""Warranty of Construction."" Comply with ""Warranty"" requirements in Section 00�72�00, GENERAL CONDITIONS, including the following supplements: One Year Plant and Turfgrass Warranty: Warranty begins when Government accepts plants and turfgrass but not before end of Landscape Plant and Turfgrass Establishment Period. Replace any dead plant material and any areas void of turfgrass immediately during warranty period and during an active growing season. One-year warranty for replaced plants and turfgrass begins on day replacement work is completed and accepted. Replacement of relocated plants, not furnished, is not required unless they die from improper handling and care. Loss due to improper handling, care, or negligence requires replacement in kind and size. Government will inspect replacement plants and turfgrass at end of Warranty period. Replace any dead, missing, or defective plant material and turfgrass immediately and during growing season. Warranty ends on date of this inspection provided work specified in this section is complied. Remove stakes, guys wires/straps at end of one-year warranty. 2.3.a. General Requirements 2.3.a.1. The contractor will furnish all materials, equipment, tools, supervision, and personnel necessary to accomplish the actions indicated in the contractual documents. 2.3.a.2. Prior to the commencement of work, the contractor shall conduct a site walk with the VA COR to determine existing as-built conditions affecting this project. 2.4. Performance Monitoring. Weekly inspections will be conducted by the COR, so the work is monitored. Weekly updates from the contractor will be provided to ensure the work stays on task. 2.5. Security Requirements. The contractor must obtain one person responsible for obtaining a VA security clearance badge to oversee workers during the execution of the project. It is recommended that more than one responsible person obtains a security badge to ensure applicable coverage. 2.6. Period of Performance. The period of performance will be 60 calendar days. 2.6.a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.6.b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.7. Contractor Personnel Background Requirements. 2.7.a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. 2.7.b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. 2.7.c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. 2.7.d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 2.7.e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.8. Contractor Personnel 2.8.a. The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager: Company Name: Address: Phone No: Email: 2.9. Contractor Employees 2.9.a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). 2.9.b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. 2.9.c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. 2.9.d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.10. Insurance Coverage 2.10.a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.10.b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.10.c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.10.d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PDT Monday March 9, 2020 to Ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d6d2f0314a64ba280dbae1c62c0ed67/view)
 
Place of Performance
Address: VA Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN05568328-F 20200223/200221231656 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.