SOLICITATION NOTICE
S -- Landscape and Lawn Care
- Notice Date
- 5/6/2020 4:46:48 PM
- 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
- 36C26220Q0769
- Response Due
- 6/2/2020 12:00:00 AM
- Archive Date
- 06/17/2020
- Point of Contact
- Peter Kim peter.kim33@va.gov
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@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: VA Long Beach Landscaping and Lawn Maintenance 1.B. Description: VA Long Beach Medical Center requires a contractor to provide Landscaping and Lawn Maintenance throughout their campus. 1.C. Project Location: 5901 East 7th Street, Long Beach, CA 90822 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0769. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 561730, Landscaping Services 1.G. Small Business Size Standard: $8 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Base year plus up to four (4) option years. 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 15 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 1000 PST Tuesday, May 19, 2020. Participants will meet at the tables outside of the wellness center between bldg 2 and 5. Participants must have face covering and practice social distancing. Please email peter.kim33@va.gov to indicate that you are participating in the site survey. 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Tuesday, May 26, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at https://beta.sam.gov/. 1.K.3. 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 1000 PST Tuesday, June 2, 2020.to peter.kim33@va.gov . Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 2. Statement of Work. Contractor shall provide all personnel, equipment, materials, tools, supervision, and other items necessary to ensure that Landscape and Lawn Care Maintenance is performed at Tibor Rubin, VA Medical Center in a manner that will maintain healthy grass, trees, shrubs, plants and present a clean, neat, and professional appearance. 2.A. Specific Tasks. 2.A.1. Lawn Care. 2.A.1.A. Turf Management: 2.A.1.A.1. Grass shall be cut on approximately 465,533 S/F of improved grounds as indicated in Attachment #4, Landscape and Lawn Care Areas and Dimensions . Grass clippings shall be removed or mulched when visible after mowing. 2.A.1.A.2. Contractor shall maintain growth of grass height on improved grounds of 3 inches depending on the type of grass. The height is a guideline for a neat and professional appearance. All improved grounds shall look well-manicured at all times. Standards of maintenance are in Attachment #5, Landscape and Lawn Care Maintenance Service . Clarifications and supplemental information will be provided by the COR (Contracting Officer Representative) as needed. 2.A.1.A.3. Specific locations are in Attachment #3, Landscape and Lawn Care Area Maps 31 . 2.A.1.A.4. Contractor shall ensure that a Safety Officer/Superintendent be onsite when executing work. Superintendent will be required to check in daily with the COR at the beginning and end of work being performed. 2.A.1.A.5. Contractor shall provide all manpower, equipment, materials and safety gear (PPE). VA will not provide any materials or labor for the contract. 2.A.1.B. Mowing 2.A.1.B.1. Spring & Summer: Mow grass 3 high weekly, dispose of bagged grass on site to designated area. 2.A.1.B.2. Fall & Winter: Mow grass 3 high Bi-weekly, dispose of bagged grass on site in designated area. 2.A.1.C. Edging shall be performed to 2 min. depth, at approximately 26,172 L/F, and coordinated with mowing schedule in Attachment 5, Landscape and Lawn Care Maintenance Services . 2.A.1.D. Lawn Aeration shall be performed to � diameter, 2 deep, on approximately 465,533 S/F per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.1.E. Blowing, Grass and Leaf Removal. Walks, Parking areas, Drives and Roads per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.1.F. Fertilization Program. All Purpose, Spring and Fall on approximately 465,533 S/F per Attachment #5 Landscape and Lawn Care Maintenance Services (24-2-4 Nitrogen-Phosphorous-Potassium). 2.A.1.G. Weed Management. Manual and Herbicide. Hand removal and by Pre-emergent herbicide (Spring & Fall by Licensed Technician) per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.1.H. Pest Management (Flora Insect and Disease). Maintain insect abatement program, by CA Licensed Applicator; Landscape Maintenance Pest Control (Category B) per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.1.J. Ground Cover and Shrub Pruning. Prune as needed to maintain a visually neat tidy appearance. Prune 6 from pavement and curb edge, walls and fencing on approximately 900 shrubs per Attachment #5 Landscape and 2.A.2. Landscaping. 2.A.2.A. Hedgerow Pruning. Hedgerows shall be trimmed in a Pyramid shape with the bottom being slightly wider than the top, on approximately 1600 L/F per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.2.B. Tree Pruning. 2.A.2.B.1. Small, Medium & Large: Remove dead, diseased & damaged branches, to include sprouts and suckers. NOTE: as per ANSI A300 tree pruning standards. Pruning shall be by direct supervision by a Certified Arborist or Landscape Architect, 0 4 diameter (48), >4 12 diameter (375), >12 diameter (457), per Attachment #4, Landscape and Lawn Care Areas and Dimensions . 2.A.2.B.2. All trees in all areas will be pruned, with the exception of all Palm Trees. 2.A.2.B.3. **All Palms located on the Long Beach VA facility will be pruned by the Long Beach VA grounds unit** 2.A.2.C. Planting. Flowering Annual Program: 6 pots on center spacing/layout, type, color seasonally appropriate on approximately 89,259 S/F per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.2.D. Bed Maintenance. 2.A.2.D.1. Weed Management (Manual and Herbicide), manually remove as preference. Spray herbicide where appropriate, (herbicide to be applied by as Licensed Technician), per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.2.D.2. Decomposed Granite (DG): uniform raking, of approximately 10,525 S/F, replenish as needed, 2 depth (Desert Gold or as directed, DG) DG to be supplied by Contractor, per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.2.D.3. Mulch Trees (radius: dripline max 10 ): Replenished 3 deep, or as needed, keep mulch away from trunk, approximately 58,424 S/F. Mulch to be supplied by Contractor (brown preferred), per Attachment #5, Landscape and Lawn care Maintenance Services . 2.A.2.D.4. Mulch Beds: Replenished 3 deep or as needed, match existing or brown preferred. Mulch to be supplied by Contractor, per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.2.E. Irrigation: 2.A.2.E.1. Adjust Operating Time: Adjust automatic controllers seasonally. Rain Season, Nov - Mar, Coordinate with Grounds Crew, per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.2.E.2. Operate spray heads for inspection (Observation) by valve section, Semi Annually, per Attachment #5, Landscape and Lawn Care Maintenance Services . 2.A.3. Administrative. Contractor shall provide to the COR, the following: 2.A.3.A. Monthly summary of work performed to include manhours, material usage and equipment usage. 2.A.3.B. Monthly report of pesticide or herbicide usage with quantity and location map. 2.A.3.C. Prior to use of materials to include hazardous materials, submittals will be provided to the COR 21 calendar days before use on property. SDS and data sheets for hazardous materials will be provided by the Contractor. 2.A.3.D. Schedule of the maintenance plan for the campus, safety plan, and certifications of all employees, (OSHA Construction Safety Training). 2.A.3.D. Quarterly joint site walk of maintained areas to assess performance and corrective actions required to comply with contract. Contractor is responsible for coordinating the site walk and providing a summary of findings of the site walk. Recommendations will be provided to CO for direction or modifications to the contract. 2.A.3.F. Contractor shall obtain soil samples of all areas and test for proper PH levels and nutrient components to maintain acceptable levels at all times. 2.A.3.F. Contractor shall treat areas with the proper amendments (Fertilizer) based on the test results. 2.A.3.H. Contractor shall remove all debris and blow clippings back into grass areas upon completion of areas serviced, and prior to the end of each day serviced. 2.A.4. Other Pertinent Information or Special Considerations (Maintenance Services): 2.A.4.A. If a tree is removed or dies, it will be removed from the Contract at the next option year opportunity. This Contract is based on the areas not currently under Construction. Several areas are currently under Construction, once these landscape areas are no longer considered Construction areas, the Contract will be modified to add identified areas to the Contract. 2.A.5. Contractor shall provide one (1) Foreman at all times while workers are on site. 2.A.6. Performance Monitoring - Routine inspections by Engineering Personnel as well as quarterly joint site walk with COR. 2.B. General Requirements: 2.B.1. Changes. The awarded Contractor is advised that only the Contracting Officer, Peter Kim, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.B.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.B.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.B.4. 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 are no designated smoking areas. 2.B.5. All work shall be scheduled during normal work hours (6:00 AM to 6:00 PM) Monday Friday, Pacific Standard Time (PST), excluding Federal Holidays. Work shall not impact patient care services. 2.B.5.A. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.B.5.B. 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.B.5.C. 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. 2.B.6. Safety 2.B.6.A. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.B.6.B. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.B.6.C. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.B.6.D. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.B.6.E. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.B.6.F. Supervisor/Foreman shall have completed 30 Hour OSHA Construction Safety Training, per VHA Directive 2011-036. 2.B.6.G. All contractor personnel shall have completed 10 Hour OSHA Construction Safety Training, per VHA Directive 2011-036. 2.B.6.H. Contractor and Employees shall attend a mandatory 30-minute VA Safety briefing provided by the VA Safety Department. 2.B.7. Insurance Coverage. 2.B.7.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 and/or Nevada 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.B.7.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.B.7.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.B.7.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 2.B.8. Security Requirements. Vendor will not have access to patient records, data or VHA computer systems. 2.B.9. Government-Furnished Equipment / Government-Furnished Information. No government equipment will be used by the Contractor. 2.B.10. Risk Control. Depending on the scope of work, to be defined in the Task Order, the Contractor will take Infection Control precautions to minimize dust and other debris from being circulated outside of the immediate area of constriction or service. 2.B.10.A. If applicable, the Contracting Officer s Representative will work with VHA Safety and Infection Control services to establish an Interim Life Safety Measures (ILSM) and Infection Control Risk Assessment (ICRA) that must be followed by the Contractor. 2.B.10.B. VHA requires documentation of Tuberculosis (TB) risk assessment for contractors, and dependent on risk level, documentation of results of TB testing and follow-up of those with positive results. VHA Directive 2011-036. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, dated 03/30/2020. 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. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/06d3cda99d334cda81b964c3acc373a9/view)
- Place of Performance
- Address: VA Long Beach Healthcare System;5901 East 7th Street;Long Beach, CA 90822, USA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN05647908-F 20200508/200506230201 (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 |